Loading...
PSA with Eastern Engineering Group CompanyLocus«gn Envelope ID:FAEBF95C-ED44-4'3A6-992D0-4D0346D75DC67 2.024-3313 2/1/z4/ Contract N0,24.0310' PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND EASTERN ENGINEERING GROUP COMPANY FOR PLANS REVIEW,PLAN EXAMINERS,AND BUILDING INSPEC TON SERVICES PURSUANT TO RFQ-2024-031-WG This Professional Services \greemenl ('Agreement')is entered to this ('Effective Date"),between the CITY OF MIAMI BEACH,FLORIDA,a muniupul corporation organ»zod and existing under the laws of the State of Florida,having its principal offices at I700 Convention Cantor Drive,Miami each.Florida,33139 (the "City'),and EASTERN ENGINEERING GROUP COMPANY a Florida Corporation whose address is 3401 Northwest 82 Avenue,Suite 3780,Doral,Florida 33122 (Consultant") SECTION 1 DEFINITIONS t ) City Manager: City Manager's Design1e Consul:an! erv€as. FOO. This Agreement between the City and Consullanl,including any exhibits and amendments thereto I he chief administrative officer of the City The City staff member who is designated by the Oily Manager to administer this Agreement on behalf of Ihe City The City Mana4or's design1ee shall be tho Building Department Director For the purposes of this Agreement,Consultant shall be deemed 'o be an independent contractor,and not an agent or employee of the Cily \I!services,work and actions by the Consultant performed or undertaken pursuant to the Agreement. /\mount paid to the Consultant as compensation for Services Proposal Docents.Proposal Documents shall mean City of Miami Beach,RFQ,No.2024- 031-WG for Plans Review.Plan Examiners,and uldinq Inspection Services,together with all amendments thereto,issued by the City in contemplation of this Agreement RFQ,and 1he Consultant's proposal mn response thereto (Proposal ),all of whuch are herety incorporated and made a part hereof;provided,nowevor,that in the event of an express conflict htwcn tho Proposal Documents and thus,Agreement,the following order of precedent shall prevail this gtaement,Ihe Rf),tho Proposal. Docusign Envelope ID:F4EBF95C-ED44-4346-992D0-4D346D75C67 Risk Manager: Contract No.24-031-02 The Risk Manager of the City,with offices at 1700 Convention Center Drive,Third Floor,Miami Beach,Florida 33139;telephone number (305) 673-7000,Ext.26724;and fax number (305)673-7529. SECTION 2 SCOPE OF SERVICES 2.1 Inconsideration of the Fee to be paid to Consultant by the City,Consultant shall provide the work and services described in Exhibit "A"hereto (the "Services"). Notwithstanding the foregoing,all Services provided by the Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit "A"and to the reasonable satisfaction of the City Manager.If there are any questions regarding the Services to be performed,Consultant should contact the following person: Natasha Diaz,Assistant Director City of Miami Beach,Building Department 1700 Convention Center Drive,Miami Beach,FL,33139 Ph:305-673-7610 ext.26335 Email:NatashaDiaz@miamibeachfl.gov 2.2 Consultant's Services,and any deliverables incident thereto,shall be completed in accordance with the timeline and/or schedule in Exhibit "A"hereto. SECTION 3 TERM The term of this Agreement ("Term")shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p.1 hereof),and shall have an initial term of three (3)years,with one (1)two-year renewal option,to be exercised at the City Manager's sole option and discretion,by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein,Consultant shall adhere lo any specific timelines, schedules,dates,and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit "A"hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided,the City's representative and consultant shall mutually agree on the hourly salary,job description,minimum qualifications,duties and responsibilities for each position,as needed.A 130%markup for overhead and expenses shall be added to the candidates'pay rate to determine the bill rate.No other fees or taxes are allowed.See exhibit "B"attached hereto. 2 Docusign Envelope ID:FA4EBF95C-ED44-43\6-9920-434675DC67 Contract No.24-031-02 4.2 The consultant shall submit a monthly invoice for the services provided in the month. The invoice shall include the employee's name,hours worked for the month,and the total hourly rate for the set employee. 4.3 INVOICING Upon receipt of an acceptable and approved invoice,payment(s)shall be made within forty-five (45)days for that portion (or those portions)of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof)provided,and shall be submitted to the City at the following address: Accounts Payable:Payables@miamibeach[I.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner,or otherwise violates,any of the covenants,agreements,or stipulations material to this Agreement,the City,through its City Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to exercising its option to terminate for cause,the City shall notify the Consultant of its violation of the particular term(s)of this Agreement,and shall grant Consultant ten (10)days to cure such default.If such default remains uncured after ten (10)days,the City may terminate this Agreement without further notice to Consultant.Upon termination,the City shall be fully discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this Agreement. Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant.The City,at its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Consultant.The City shall be entitled to recover all costs of such actions,including reasonable attorneys'fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY TIMIE DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULT ANT OF SUCH NOTICE. ADDITIONALLY,IN THE EVENT OF A PUBLIC HEALTH,WELFARE OR SAFETY CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT,MAY IMMEDIATELY SUSPEND THE 3 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D0-4D0346D75DC67 Contract No.24-031-02 SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TQ I'HE; DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL.BE DISCHARGED) FROM ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY VIRTUE OF,THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors.In such event,the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Consultant agrees to indemnify,defend and hold harmless the City of Miami Beach and its officers,employees,agents,and contractors,from and against any and all actions (whether at law or in equity),claims,liabilities,losses,and expensos,including,but not limited to,attorneys' fees and costs,for personal,economic or bodily injury,wrongful death,loss of or damage to property,which may arise or be alleged to have arisen from the negligent acts,errors, omissions or other wrongful conduct of the Consultant,its officers,employees,agents, contractors,or any other person or entity acting under Consultant's control or supervision,in connection with,related to,or as a result of the Consultant's performance of the Services pursuant to this Agreement.To that extent,tho Consultant shall pay all such claims and Iossos and shall pay all such costs and judgments which may issue from any lawsuit arising from suh clsirns and losses,and shall pay all costs and attorneys'fees expended by the City in the defense of such claims and losses,including appeals.The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided. The parties agree that one percent (1%}of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement.The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 4 Docusign Envelope ID:F4EBF 95C-ED44-43A\6-992D-4D0346D75DC67 Contract No.24-031-02 6.2 INSURANCE REQUIREMENTS 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement.The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the Agreement. 1.Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440,and Employer Liability Insurance for bodily injury or disease.Should tho Vendor be exempt from this Statute,the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt Vendor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. 2.Comprehensive General Liability (occurrence form),limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations;Products,Completed Operations and Contractual Liability.Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). 3.Automobile Liability -$1,000,000 for each occurrence -owned/non-owned/hired automobiles included. 4.Professional Liability Insurance in an amount not loss than $1,000,000 with deductible per claim,if any,not to exceed 10%of the limit of liability. 5.Cyber Liability in an amount sufficient to cover the full replacement value of damage to,alteration of,loss of,or destruction of electronic data and/or information "proporty"of the City of Miami Beach that will be in the care,custody,or control of the vendor. 6.4 Additional Insured City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the Consultant including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased,hired or borrowed in the form of an endorsement to the Consultant's insurance. 6.5 Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach co EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 5 Docusign Envelope ID:FAEBF95C-EDA44-43\6-992D-4D346D75DC67 Contract No.24-031-02 6.7 Acceptability of Insurers -Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage -Consultant shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies, including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER ON ALL COi MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,EXIGIS,at: Certificates-miamibeach@riskworks.com 6.9 Special Risks or Circumstances --The City of Miami Beach reserves the right to modify these requirements,including limits,based on the nature of the risk,prior experience, insurer,coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida.This Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By entering into this Agreement,Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action,for money damages due to an alleged breach by Ihe Cily of this Agreement,so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's 6 Docusign Envelope ID:F4EBE95C-ED44-43A\6-9920-4D346D75DC67 Contract No.24-031-02 recovery from tho City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly,and notwithstanding any other term or condition of this Agreement,Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations Imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida Statutes. SECTION 9 DUTY OF CARE[COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS;COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein,Consultant shall exercise that degree of skill,care,efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services,Consultant shall comply with all applicable laws,ordinances, and regulations of the City,Miami-Dade County,the State of Florida,and the federal government,as applicable. 9.3 PATENT RIGHTS;COPYRIGHT;CONFIDENTIAL FINDINGS Ay work product arising out of this Agreement,as well as all information specifications, processes,data and findings,are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant,without the prior written consent of the City Manager,excepting any information,records etc.which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. I reports,documents,articles,devices,and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub-consultants,without the prior written consent of the City Manager. 7 Docusign Envelope ID:F4EBF95C-ED44-43A6-9920-434675DC67 Contract No.24-031-02 SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant,and at any time during normal business hours (i.e.9AM --5PM,Monday through Fridays,excluding nationally recognized holidays),and as often as the City Manager may,in his/her reasonable discretion and judgment,deem necessary,there shall be made available to the City Manager,and/or such representatives as the City Manager may deem to act on the City's behalf,to audit,examine, and/or inspect,any and all other documents and/or records relating to all matters covered by this Agreement.Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices"section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may,on a random basis,perform reviews,audits,inspections and investigations on all City contracts,throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B)The Office of the Inspector General is authorized to investigate City affairs and empowered to review past,present and proposed City programs,accounts,records, contracts and transactions.In addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the production of witnesses and monitor City projects and programs.Monitoring of an existing City project or program may include a report concerning whether the project is on time,within budget and in conformance with the contract documents and applicable law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect and review operations,activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Consultant, its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C)Upon ten (10)days written notice to the Consultant,the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying.Tho Inspector General is empowered to retain the services of independent private sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Consultant its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 8 Docusign Envelope ID:F4EBF95C-ED44-43A\6-992-4D0346D0750C67 Contract No.24-031-02 (D)Thoe Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession,custody or control which in the Inspector General's sole judgment,pertain to performance of the contract,including,but not limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions,financial documents,construction documents,(bid/proposal)and contract documents,back-change documents,all documents and records which involve cash,trade or volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel records and supporting documentation for the aforesaid documents and records. (E)The Consultant shall make available at its office at all reasonable times the records, materials,and other evidence regarding the acquisition (bid preparation)and performance of this Agreement,for examination,audit,or reproduction,until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement.In addition: i.If this Agreement is completely or partially terminated,the Consultant shall make available records relating to the work terminated until three (3)years after any resulting final termination settlement;and ii.The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals,litigation,or claims are finally resolved. (F)The provisions in this section shall apply to the Consultant,its officers,agents, employees,subcontractors and suppliers.Tho Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. (G)Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. 10.3 ASSIGNMENT,TRANSFER OR SUBCONSULTING Consultant shall not subcontract,assign,or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager,which consent,if given at all,shall be in the Manager's sole judgment and discretion.Neither this Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as approved pursuant to this section,and any attempt to make such assignment (unless approved)shall be void. 9 Docusign Envelope ID:FAEBF95C-ED44-43A\6-992D0-4D346D75DC67 Contract No.24-031-02 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services,the Consultant shall file a State of Florida Form PUR 7068,Sworn Statement under Section 287.133(3)(a)Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services,the Consultant shall not exclude from participalion in,deny the benefits of,or subject to discrimination anyone on the grounds of race,color,national origin,sex,age,disability,religion,income or family status. Additionally,Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time, prohibiting discrimination in employment,housing,public accommodations.and public services on account of actual or perceived race,color,national origin,religion,sex, intersexuality,gender identity,sexual orientation,marital and familial status,age,disability, ancestry,height,weight,domestic partner status,labor organization membership,familial situation,or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County Code,as may be amended from time to time;and by the City of Miami Beach Charter and Code,as may be amended from time to time;both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly,which could conflict in any manner or degree with the performance of the Services.Consultant further covenants that in the performance of this Agreement,Consultant shall not employ any person having any such interest.No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A)Consultant shall comply with Florida Public Records law under Chapter 119,Florida Statutes,as may be amended from time to time. (B)The term "public records"shall have the meaning set forth in Section 119.011(12),which moans all documents,papers,letters,maps,books,tapes,photographs,films,sound recordings,data processing software,or other material,regardless of the physical form, characteristics,or means of transmission,made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C)Pursuant to Section 119.0701 of the Florida Statutes,if tho Consultant meets the definition of "Contractor"as defined in Section 119.0701(1)(a),the Consultant shall: (1)Koop and maintain public records required by the City to perform the service; (2)Upon request from the City's custodian of public records,provide the City with a 10 Docusign Envelope ID:F4EBF95C-ED44-43\6-992D-4D346D75DC67 Contract No.24-031-02 copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes or as otherwise provided by law; (3)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed,except as authorized by law,for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4)Upon completion of the Agreement,transfer,at no cost to the City,all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service.If the Consultant transfers all public records to the City upon completion of the Agreement,the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If the Consultant keeps and maintains public records upon completion of the Agreement,the Consultant shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City. (D)REQUEST FOR RECORDS;NONCOMPLIANCE. (1)A request to inspect or copy public records relating to the City's contract for services must be made directly to the City.If the City does not possess the requested records,the City shall immediately notify the Consultant of the request,and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2)Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement,and the City,at its sole discretion,may.(1)unilaterally terminate the Agreement;(2)avail itself of the remedies set forth under the Agreement;and/or (3)avail itself of any available remedies at law or in equity. (3)A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s.119.10. (E)CIVIL ACTION. (1)If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services,the court shall assess and award against the Consultant the reasonable costs of enforcement,including reasonable attorneys'fees,if: a.The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time;and b.A least 8 business days before filing the action,the plaintiff provided written notice of the public records request,including a statement that the Consultant has not complied with the request,to the City and to the Consultant. (2)A notice complies with subparagraph (1)b)if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent.Such notices must be sent by common carrier delivery service or by registered,Global Express Guaranteed,or certified mail,with postage or shipping paid by the sender and with evidence of delivery,which may be in an electronic format. (3)A Consultant who complies with a public records request within 8 business days 11 Docusign Envelope ID:FA4EBF95C-ED44-43A46-992D-4D346D75DC67 Contract No.24-031-02 after the notice is sent is not liable for the reasonable costs of enforcement. (F)IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA ST A TU TES,TO THE CONSULT ANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION:RAFAEL E.GRANADO,CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH,FLORIDA 33139 E-MAIL:RAFAEL_GRANADO@MIAMI[BEACHFL.Goy PHONE:305-673-7411 10.8 FORCE IVIAJEURE (A)A"Force Majeure"event is an event that (i)in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement,and (ii)is beyond the reasonable control of such party unable to perform the obligation,and (iii)is not due to an intentional act,error,omission,or negligence of such party,and (v)could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event.Subject to the foregoing criteria,Force Majeure may include events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism, sabotage,explosions,embargo restrictions,quarantine restrictions,transportation accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God which prevent performance.Force Majeure shall not include technological impossibility, inclement weather,or failure to secure any of the required permits pursuant to the Agreement. (B)If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure,such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15)business days thereof,provide notice:(i)of the occurrence of event of Force Majeure,(ii)of the nature of the event and the cause thereof,(iii)of the anticipated impact on the Agreement,(iv)of the anticipated period of the delay,and (v)of what course of action such party plans to take in order to mitigate the detrimental effects of the event.The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section;however,receipt of such notice shall not constitute acceptance that the event claimed to bo a Force Majeure event is in fact Force Majeure,and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C)No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable,in whole or in part,by Force Majeure to carry out such obligations.The suspension of any of the obligations undoer this Agreement due to a Force Majeure event shall be of no greater scope and no 12 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D0-4D346D750C67 Contract No.24-031-02 longer duration than is required.The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event,and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majoure event with all reasonable dispatch. (D)Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event,causing the suspension of performance,shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible.The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E)Notwithstanding any other provision to the contrary herein,in the event of a Force Majeure occurrence,the City may,at the sole discretion of the City Manager,suspend the City's payment obligations under the Agreement,and may take such action without regard to the notice requirements herein.Additionally,in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30)days,the City may,at the sole discretion of the City Manager, terminate the Agreement on a given date,by giving written notice to Consultant of such termination.If the Agreement is terminated pursuant to this section,Consultant shall be paid for any Services satisfactorily performed up to the date of termination;following which the City shall be discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure extend Ihis Agreement beyond its stated term. 10.9 E-VERIFY (A)Consultant shall comply with Section 448.095,Florida Statutes,"Employment Eligibility" ("E-Verily Statute"),as may be amended from time to time.Pursuant to the E-Verify Statute,commencing on January 1,2021,Consultant shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement.Additionally,Consultant shall expressly require any subconsultant performing work or providing services pursuant to tho Agreement to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term.If Consultant enters into a contract with an approved subconsultant,Ihe subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ,contract with,or subcontract with an unauthorized alien.Consultant shall maintain a copy of such affidavit for the duration of the /Agreement or such other extended period as may be required under this Agreement. (B)TERMINATION RIGHTS. (1)If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1),Florida Statutes,the City shall terminate this Agreement with Consultant for cause,and tho City shall thereafter have or owe no further obligation or liability to Consultant. (2)If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A),but the Consultant otherwise complied with such 13 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D0-4D346D75DC67 Contrat No.24-031-02 subsection,the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant.Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement,entitling City to terminate the Consultant's contract for cause. (3)A contract terminated under the foregoing Subsection (8)(1)or (8)(2)is not in breach of contract and rnay not be considered as such. (4)The City or Consultant or a subconsultant rnay file an action with the Circuit or County Court lo challenge a termination under the foregoing Subsection (B)1)or (8)(2)no later than 20 calendar days after the date on which the contract was terminated. (5)If the City terminates the Agreement with Consultant under the foregoing Subsection (B)(1),Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6)Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. 10.10 CONSULTANT'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06,Florida Statutes,as may be amended from time to time,and has executed the Certification of Compliance with Anti-Human Trafficking Laws, as required by Section 787.06(13),Florida Statutes,a copy of which is attached hereto as Exhibit c". SECTION 11 NOTICES Until changed by notice,in writing,all such notices and communications shall be addressed as follows: TO CONSULTANT: TO CITY: EASTERN ENGINEERING GROUP COMPANY Attn.Raissa Lopez 3401 NW 82 Ave.Suite 370 Doral,FL 33122 Ph:305-599-8133 Email:Raissa@gasterneg.com Building Department Attn:Natasha Diaz,Assistant Director 1700 Convention Center Dr. Miami Beach,FL,33139 Ph:305-673-7610 ext.26335 Email:Natasha Diaz@miamibegachfL._qov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 Docusign Envelope ID:F4EBF95C-ED44-43A\6-9920-4D346D75DC67 Contract No.24-031-02 SECTION 12 IVIISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of he parties.No modification,amendment,or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement.A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties,the language has been agreed to by parties to express their mutual intent and the resulting document shall not,solely as a matter of judicial construction,be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties.This Agreement supersedes all prior negotiations,correspondence,conversations,agreements or understandings applicable to the matters contained herein,and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document.Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.6 RECRUITMENT OF CITY EMPLOYEES During the Term of this Agreement and for a period of one (1)year following the termination of this Agreement,neither party shall directly or indirectly solicit,induce or influence any employee of the other party directly involved in the administration or execution of this Agreement to discontinue or reduce the scope of their employment for any reason.Contractor further agrees and acknowledges that any City employee terminating their employment with the City to pursue employment with Contractor shall be prohibited from performing similar tasks and/or duties 15 Docusign Envelope ID:F4EBF95C-ED44-43\6-992D-4D346D753C67 Contract No.24-031-02 within the City of Miami Beach for Contractor for a period of one (1)calendar year from the date the City employee ceases their employment with the City. [BALANCE OF PAGE INTENTIONALLY LEFT BLANK] 16 Dcusgn Frvelope I F4£(3F9!5C.FD44-43A69020.41).346p75p)067 Contact No 24-031.02 IN WINESS WHEREOF,Ihe parties hereto have caused thus Agreament to be executed by their appropriate officials as of the date first entered above FOR CHY ATTEST CITY OF MIAMI BEACH,FLORIDA y. Date 74 we7+ Rafael E Granado,City Clerk ))--/a Lafe«lo Frie Carpenter,Eity Manager APPROVED AS TO FORM ,LANGUAGE 8 FOR EXECUTION tut rt-9,Py AttorneyFORCONSULTANT: EASTERN ENGINEERING GROUP COMPANY 8y. Raissa Lopez,President Print Name and Title 0ate 12-05-2024 I( \ Docusign Envelope ID:FAEBF95C-ED44-43A\6-9920-4D346D75DC67 Contract No.24-031-02 EXHIBIT A SCOPE OF SERVICES 1.The Contractor agrees to have inspectors/examiners/reviewers available in the specialties below to work either full or part-time for the City within two weeks of a request for such specialty being made by the City.Below are some of the required specialties,but not limited to: AREAS OF SPECIALIZATION /BUILDING TRADES •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami- Dade County Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami- Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA) •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami- Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA), •Plumbing Plans Examiner with the Slate of Florida Certification &Certification by the Miami- Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE) in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or experience as deemed appropriate. e Permit Technicians 2.TASKS •Conduct technical field inspections of buildings,equipment,and installations during various phases of construction,installation,and operation and grant inspection approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Review construction plans,specifications,and materials listed for residential and commercial projects,and grant approvals,if found in compliance with applicable codes and regulations, and provide written comments,if found not in compliance with applicable codes and regulations. •Evaluate alternate methods,procedures,materials,and products for compliance with the Florida Building Code requirements,whichever is applicable,depending on the date of the 18 Docusign Envelope ID:FA4EBF95C-ED44-43A\6-9920-4D346D75DC67 Contract No.24-031-02 application or construction. •/Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory requirements and discuss disapproved items with architects,engineers,contractors, and/or owner builderso obtain plan changes necessary for approval. «Render information concerning the applicable Code and make interpretations of its contents. Make decisions as to tte feasibility of deviations from the Codes under various conditions. •Perform related work as required by the Building Department 3.POWERS AND DUTIES All inspectors/examiners/reviewers proposed for service under this Agreement must meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances, Chapter 8,Article ll,where applicable,and have been certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 4.CONFLICTS OF INTEREST Contractor shall not perform private provider inspections and plans review and plan examiner services for private clients in the City of Miami Beach for the duration of the contract with the City of Miami Beach.Those projects for Private Provider Plan Review and Inspection services underway at the time of award of this Agreement must be finalized within 30 days of the signing of this contract, or be transferred to another party.CONTRACTOR UNDERSTANDS AND ACCEPTS THIS REQUIREMENT AND EITHER DOOES NOT PROVIDE PRIVATE PROVIDER SERVICES IN THE CITY OF MIAMI BEACH AND/OR WILL NOT SUBMIT ANY NEW APPLICATIONS TO PROVIDE SUCH SERVICES UPON SELECTION. 5.CANDIDATES SUBMITTED FOR THE CITY'S CONSIDERATION Upon request from the City,contractor(s)shall provide candidates for the job classifications requested.Candidates shall be provided at no cost to the City.The Contractor agrees to provide only skilled,knowledgeable,and experienced personnel to perform services to the City.The contractor also agrees to provide the City information on any candidate(s)whose quality of services had been previously determined to be unsatisfactory. 6.BACKGROUND CHECKS Any candidate selected must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FDLE)Volunteer and Employee Criminal History System (VECHS).Drug Testing should be conducted in accordance with Title 49,Code of Federal Regulations,Part 40.The Contractor must provide 10 Panel drug testing of all personnel supplied to the City,and proof of drug test prior to the acceptance of any personnel approval for an assignment. Bidder's employees must test negative in order to begin work on any City assignment.The Contractor shall bear all costs associated with the initial drug tests.In no case shall a canclidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. 19 Docusign Envelope ID:FA4EBF95C-ED44-43A6-992D0-4D346D75DC67 Contract No.24-031-02 Tle City's current 10-panel drug test and cut-off levels are as follows. Initial Tes]GcIMs confirm -.-oyol +I9st±sgl 1000 l 3 4nlgm!...-2i±a'g! ---~------~- e nzodazepings Cocaine re!ab9lex. MAanquang m etabolites Methadone Methaqualore Oates.-Phency cidne Proo ;phene 300 nag_ni! -.390.n/0 50 ngm ! 300 ngm! -+...300 1gm! 2900 n@'m !I-'---··--,--· .l 232gm! 1gg_nm! 150.mn! 15 gm! 3a ngmn! 150.8mn! 2000 a'ml 252g5 9 300ng/mi!_1SO gm! In the case f an alcohol test,a result of Q.04 r grater consttg:s 3 posive rrsult./A confirmation breathalyzer test shall be administered following the initial test in accordance wth the procedures in Title 49 C.ode t Federal Regulations.Part 40. 7.Upon request from the City,the Contractor must immediately replace any personnel providing services whose quality of services is unsatisfactory to the City. 8.All candidates placed in the City shall be employees of the Contractor,and at no lime,shall the City be liable for any employer responsibilities to the Contractor's employee. 9.CITY OF MIAMI BEACH LI VING WAGE RATES Under this contract,the wage rate paid to the personnel employed by the bidder for the work under the contract shall not be less than tho City of Miami Beach Living Wage Rate. [T H E REM A IN D ER O F THIS PA G E IS INT ENTIO NA LLY LEFT BLANK] 20 Docusign Envelope ID:F4EBF95C-ED44-43\6-992D-4D346D075DC67 EXHIBIT B HOURLY RATES Contract No.24-031-02 D isci pline Em ployee (13 0%)Markup Rate Pa id to Eastern Over Tim e RateHourlyRateEngineeringGroup Building Inspector $41.30 $53.69 $94.99 $123.49 Electrical Inspector $38.80 $50.44 $89.24 $116.01 M echanical Inspector $40.80 $53.04 $93.84 $121.99 Plum bing Inspector $41.90 $54.47 $96.37 $125.28 Roofing Inspector $42.75 $55.58 $98.33 $127.93 Zoning Inspector $38.00 $49,40 $87.40 $113.62 Perm it Clerk $23.00 $29.90 $52.90 $68.1/ #%#%keg2±#tskif#ft %%%%±.3i%$,$988%%4%%i%.. if 3 ?9 # Disci pline Em ployee (130%)M ark up Rate Paid to Eastern Over Time RateHourlyfateEngineeringGroup Building Plans Exam iner $52.50 $68.25 $120.75 $156.98 Electrica l Plans Exam iner $50.00 $65.00 $115.00 $149.50 M echanical Plans Exam iner $62.50 $81.25 $143.15 $186.88 Plum bing Plans Exam iner $51.65 $67.15 $118.80 $154.43 Roofing Plans Exam iner $52.50 «68.25 $120.75 $156.98? Zoning Plans Review/er $40.00 $52.00 $02.00 $119.60 Stru ctural Plans Exam iner $78.60 $102.18 $180.78 $235.01 Rae#es $4,98$"Rear weasaaaae amas,3¢9}$}t39 1$1%%Re8. Em ployee Rate Paid to Eastern 'Discipline Ho urly Rate (130%)M arkup Engineering Group Over Tim e Rate ' .l Building Chief $53.50 $69.55 $123.05 $159.97 Electrical Chief $53.50 $69.55 $123.05 $159.97·--~----~--·--·-----M echanical Chief $62.50 $81.25 $143.75 $186.88 Plum bing Chief $53.50 $69.55 $123.05 $159.97 Stru ctural Chief $84,70 $110.11 $194.81 $253.25 GERAL.DIN SANTANA MACIAS MY COMMISSION #1H 95161 EXPIRES:October 2,2020 21 Docusign Envelope ID:F4EBF95C-ED4A4-43A46-9920-4D346D75DC67 EXHIB IT C C e rtifi catio n of C om pliance w ith A nti-H um an Tra ffi cking Law s In accordance w ith Sect ion 787.06 (13),Florida Statutes,the undersigned,on behalf of the entity nam ed below ("E ntity"),hereby attests under penalty of perjury that the Entity does not use coercion fo r labor or services as defined in Section 787.06,Florida Statutes, entitled "Hum an Traff icking". I unde rstand that l am sw earing or affirm ing under oath to the truthfulness of the claim s m ade in this aff idavit and that the punishm ent fo r knowi ngly m aking a fa lse statem ent includes fines and/or im prisonm ent. The unde rsigned is authorized to execute this affidavit on behalf of Entity. (V endor Signature)''I., R aissa Lopez (P rint N am e) Eastern Engi neering Group (C om pany Nam e) 3401N W 82"A ye,Suite 370,Doral,FL 33122 (/Address) State of Florida C ounty of M iam i Dade T he fo regoing instrum ent was acl<now ledged befo re m e by means of ~sical presence or ow e notoro o n.w«///lsca/pee know n to m e to be the person described herein,or who produced as identification,and who did/did not take an oath.-------------- GERALDIN SANTANA MACIAS MY COMMISSION !IH 696161 EXPIRES:Oto0l0r 2,2020 -let"Busiisiraaaaacaricaasawavsrwae~ce(S igna 0I M y com m ission expires:{l<23,22¥ ATTACHMENT A RESOLUTION &COMMISSION AWARD MEMO RESOLUTION NO.2024-33163 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS NO.2024-031-WG,FOR PLA N REVIEW,PLA N EXA MINERS,AND BUILDING INSPECTION SERVICES; AUTHORIZING THE ADMINISTRA TION TO ENTER INTO NEGOTIATIONS WITH C.A.P.GOVERNMENT,INC.AS THE TOP- RA NKED PROPOSER,IN ORDER TO ESTABLISH A PRIMARY SERVICE PROVIDER;AND EASTERN ENGINEERING GROUP COMPANY,AS THE SECOND-RA NKED PROPOSER,IN ORDER TO ESTABLISH A SECONDARY SERVICE PROVIDER;AND FURTHER, AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXECUTE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRA TION. WHEREAS,on March 13,2024,the Mayor and City Commission approved to issue an RFQ for Plan Review,Plan Examiner,and Building Inspection Services;and WHEREAS,on March 13,2024,RFQ 2024-031-WG was issued;and WHEREAS,on April 30,2024,the City received proposals from the following two (2)firms: •C.A.P.Government,Inc. •Eastern Engineering Group Company;and WHEREAS,on June 23,2024,the Evaluation Committee comprised of Cristian Castro,Administrative Manager,Building Department;Jaime Reyes,Chief Electrical Inspector,Building Department;and Linette Trigo,Office Associate V,Building Department.,convened to consider the responsive proposals received;and WHEREAS,the Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,the Government Sunshine Law,general information on the scope of services and a copy of each proposal;and WHEREAS,the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ;and WHEREAS,the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: 1s ranked -C.A.P.Government,Inc. 2"ranked -Eastern Engineering Group Company NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,that the M ayor and City Com m ission approve the Resolution,accept the recomm endation of the interim City Manager pursuant to Request fo r Qualifications no.2024-031-WG,for Plan Review,Plan Exam iners,and Building Inspection Serv ices;authorize the Adm inistration to enter into negotiations w ith C.A.P.governm ent,Inc.,as the top-ranked proposer,in order to establish a primary serv ice provider;and eastern engineering group com pany,as the second-ranked proposer,in order to establish a secondary serv ice provider;and further, authorize the interim City Manager and City Clerk to execute final agreements upon conclusion of successful negotiations by the Adm inistration. PASSED AND ADOPTED thts.?2 _day r_/,-2024. AITES~JUL 3 0 202\ 'RA FAEL E.G RA NADO ,CITY CLERK a=uSTEVENMEINER,MA YOR APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION$2.Al -conya6,oar be Procurement Requests -C2 B MIAM IB EACH COMMISSION MEMORANDUM TO:Honorable Mayor and Members of the City Commission FROM:Rickelle Williams,Interim Executive Director DATE:July 24,2024 TITLE:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2024-031-WG,FOR PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES;AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH C.A.P.GOVERNMENT,INC.AS THE TOPRANKED PROPOSER,IN ORDER TO ESTABLISH A PRIMARY SERVICE PROVIDER;AND EASTERN ENGINEERING GROUP COMPANY,AS THE SECOND-RANKED PROPOSER,IN ORDER TO ESTABLISH A SECONDARY SERVICE PROVIDER; AND FURTHER,AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXECUTE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.(BUILDING DEPARTMENT) RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation pursuant to RFQ 2024-031-WG,for Plan Review,Plan Examiners,and Building Inspection services,and authorize the Administration to enter into negotiations with C.A.P.Government,Inc.,as the top-ranked proposer;in order to establish a Primary service provider and Eastern Engineering Group Company,the second-ranked proposers;in order to establish a Secondary service provider.The Resolution also authorizes the City Manager and the City Clerk to execute final Agreements upon the conclusion of successful negotiations by the Administration. This solicitation is under the cone of silence. BACKGROUND/HISTORY The City's Building Department is charged with ensuring that building and property development is safe and secure for all.As described herein,plans review services refer to the process by which construction documents are reviewed to ensure compliance with applicable regulations.Similarly,building inspection services refers to those individuals who conduct inspections of building construction,repair,addition,or alteration projects that require permitting to ensure compliance with applicable regulations. On October 7,2019,pursuant to RFQ 2019-050-WG,the City entered into an agreement with C.A.P.Government,Inc.to provide plans review and building inspection services.The current Agreement for these services is scheduled to expire on October 6,2024.The services offered through the Agreement are accessed by the Building Department to supplement its inspectors,examiners,and reviewer staff on either a full-time or part-time basis,within two weeks of any request by the City. Page 50 of 1750 In anticipation of the expiring contract,the Administration developed RFQ 2024-031-WG seeking proposals for the desired services. ANALYSIS On March 13,2024,the Mayor and City Commission approved the issuance of RFQ No. 2024031-WG for Plan Review,Plan Examiner,and Building Inspection Services.The RFQ was released on March 13,2024,and a voluntary pre-proposal meeting was held on April 4, 2024.One (1)addenda was issued,and 50 prospective bidders accessed the solicitation. RFQ responses were due and received on April 30,2024.The City received two (2)proposals from the following firms: •C.A.P.Government,Inc. •Eastern Engineering Group Company On May 24,2024,the City Manager appointed the Evaluation Committee via LTC #204-2024. The Evaluaiton Committee convened on June 3,2024,to consider the proposals received. The Committee was comprised of Cristian Castro,Administrative Manager,Building Department;Jaime Reyes,Chief Electrical Inspector,Building Department;and Linette Trigo, Office Associate V,Building Department. The Committee was provided with an overview of the project and information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law.The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated in Attachment A. The Evaluation Committee deemed C.A.P.Government,Inc.,the top-ranked proposer;which offered the most compelling combination of experience,technology,and services and has institutional knowledge as the City's existing service provider.The Evaluation Committee noted that CAP.Government,Inc.,has been satisfactorily providing supplemental staffing services to the City of Miami Beach for the last fifteen (15)years. CAP.Government.Inc.,has been outsourcing services to governmental agencies in MiamiDade County since 1989.They currently serve over seventy-five (75)municipalities and seven (7)educational institutions.C.A.P.Government,Inc.,has over two hundred and eighty (280+)employees who are fully qualified and licensed by the State of Florida Department of Business and Professional Regulations and the Miami-Dade Board of Rules and Appeals (BORA).They are available to provide plan review,inspections,code enforcement,building officials,and permit Administration services.Some of their other clients include the City of Weston,the Town of Aventura,the City of Doral,and the City of North Bay Village.All references provided positive feedback. The Evaluation Committee also deemed Eastern Engineering Group Company,the secondranked proposer. Page 51 of 1750 Eastern Engineering Group Company,is a woman-owned Structural and Civil Engineering consulting firm,located in Doral,Florida.They provide Structural Engineering services to over twenty (20+)government entities,ten (10)educational clients,and several Federal Aviation Administration entities across the United States. While the supplemental staffing services they can provide to the City of Miami Beach are limited to the discipline of structural engineering services,they have the necessary experience and recruitment strategy to provide supplemental staffing services should our Primary service provider not be able to provide a qualified candidate(s)in the Structural Engineering discipline. Some of their municipal clients include the City of Miami and the City of Hialeah.All references provided positive feedback. FISCAL IMPACT STATEMENT The Building Department has allocated an estimated $625,000.00 for these services annually. Fees will be established through the negotiation process.Services pursuant to the award of this RFQ shall be subject to successful negotiations and the availability of funds approved through the City's budgeting process. Does this Ordinance require a Business Impact Estimate?. (FOR ORDINANCES ONLY) If applicable,the Business Impact Estimate (BIE)was published on:.. See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meetinq-notices/ FINANCIAL INFORMATION 410-1510-000312 CONCLUSION $625,000.00 Based on the foregoing,the Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with C.A.P. Government,Inc.,the top-ranked proposer;in order to establish a Primary service provider and Eastern Engineering Group Company,the second-ranked proposer;in order to establish a Secondary service provider;and further,authorize the City Manager and the City Clerk to execute final Agreements upon the conclusion of successful negotiations by the Administration. Applicable Area Citywide Page 52 of 1750 Is this a "Residents Right to Know"item, pursuant to City Code Section 2472 No Is this Item related to a G.O.Bond Project? No Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec.2-481, includes a principal engaged in lobbying?No If so,specify the name of lobbyist(s)and principal(s): Department Procurement Sponsor(s] Co-sponsor(s) Condensed Title Page 53 of 1750 ATTACHMENT A RFQ 20 24-03 1-WG for Plan Review,Plans Examiners,a g a Low c:aandBulldinginspectionCristianCastroCJaimeReyesLinetteTrigoCC555lAggregate5ServicesCCc-C££2 Totals 2i Qualitative Quantitative Subtota l Qualitative Q ua ntitative [Subtotal Qualitative Quantitative Subtotal /CA.P.Government,Inc.98 0 98 1/95 0 I 95 1 98 0 98 1 3 1 Eastern Engineeri ng Group I'Company 75 I 0 75 2 80 0 80 2 80 0 80 2 6 2 QuantitativePoints I Total QuantitativeIProposerVeteran's Points (Cost +Veteran's) CA P.Govern ment,Inc.5 0 ' Eastern Engineering Group Cor a v 5 0 Page 54 of 1750 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMI BEACH Request for Qualifications (RFQ) 2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS &FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS SECTION 0100 MIAMI BEACH INSTRUCTIONS TO RESPONDENTS &GENERA L CONDITIONS 1.GENERA L.This Request for Qualifications (RFQ)is issued by the City of Miami Beach,Florida (the "City'),as the means for prospective Bidders to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formerly known as BidSync)(www .periscopeholdings.com or www.bidsync.com)for automatic notification of competitive solicitation opportunities and document fulfillment,including the issuance of any addendum to this RFQ.Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this RFQ.Failure to receive an addendum may result in disqualification of a proposal submitted. 2.BACKGROUND.The City's Building Department is charged with ensuring that building and property development is safe and secure for all.As described herein,plans review services refer to the process by which construction documents are reviewed to ensure compliance with applicable regulations.Similarly,building inspection services refers to those individuals that conduct inspections of building construction,repair,addition,or alteration projects that require permitting to ensure compliance with applicable regulations. On October 7,2019,pursuant to RFQ 2019-050-WG,the City entered into an agreement with C.A.P.Government, Inc.to provide plans review and building inspection services.The current Agreement for these services is scheduled to expire on October 6,2024.The services offered through the Agreement are accessed by the Building Department to supplement its inspectors,examiners,and reviewer staff on either a full-time or part-time basis,within two weeks of any request by the City. 3.PURPOSE.In anticipation of the expiring contract for plans review,plans examiner,and building inspection services, the City is accepting proposals from firms interested and qualified in providing professional building inspection,and plans examiner and plan review services in various disciplines for the Building Department.The RFQ seeks responses from firms employing staff with qualifications in the following specialized areas:building inspector;roofing inspector; electrical inspector;plumbing inspector;mechanical inspector;elevator inspector,building plans examiner;electrical plans examiner;plumbing plans examiner;mechanical plans examiner;structural plans examiner;roofing plans examiner and zoning inspector/plans reviewer. The Building Department has allocated an estimated $617,000 for these services annually. 3.1.INTERESTED PARTIES.Interested parties are invited to submit proposals in accordance with Section 0300. A Pre-proposal conference will be held in accordance with Section 0100,Sub-sections 5 and 7.All proposals will be evaluated in accordance with the criteria found in Section 0400. 4.STATEMENT OF WORK REQUIRED. 4.1.This RFQ seeks proposals from firms employing staff with qualifications in the following building trade specialized areas.By virtue of submitting a proposal to this RFQ,firms agree to have inspectors/examiners/reviewers available in the specialties below to work either full or part-time for the City within two weeks of a request for such specialty being made by the City.Below are some of the required specialties,but not limited to: AREAS OF SPECIALIZATION/BUILDING TRADES •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami-Dade County MIAMI BEACH Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE)in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or experience as deemed appropriate. 4.2.TASKS •Conduct technical field inspections of buildings,equipment,and installations during various phases of plumbing construction,installation,and operation and grant inspection approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Review plumbing,electrical,or mechanical installation plans,specifications,and materials listed for residential and commercial projects,and grant approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Evaluate alternate methods,procedures,materials,and products for compliance with the Florida Building Code requirements,whichever is applicable,depending on the date of the application or construction. •Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory requirements and discuss disapproved items with architects,engineers,contractors,and/or owner builders to obtain plan changes necessary for approval. •Render information concerning the applicable Code and make interpretations of its contents.Make decisions as to the feasibility of deviations from the Codes under various conditions. •Perform related work as required by the Building Department 4.3.POWERS AND DUTIES All inspectors/examiners/reviewers proposed for service in response to this RFQ must meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances,Chapter 8,Article 11,where applicable,and have been certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 4.4.CONFLICTS OF INTEREST Bidder(s)selected under this RFQ shall not perform private provider inspections and plans review and plan examiner services for private clients in the City of Miami Beach for the duration of the contract with the City of Miami Beach.Those projects for Private Provider Plan Review and Inspection services underway at the time of award of this contract shall be grandfathered in.BIDDERS,BY VIRTUE OF SUBMITTING A RESPONSE MIAMI BEACH TO THIS RFO,UNDERSTAND AND ACCEPT THIS REQUIREMENT AND EITHER DO NOT PROVIDE PRIVATE PROVIDER SERVICES IN THE CITY OF MIAMI BEACH OR WILL NOT SUBMIT ANY NEW APPLICATIONS TO PROVIDE SUCH SERVICES UPON SELECTION. 4.5.CANDIDATES SUBMITTED FOR THE CITY'S CONSIDERATION Upon request from the City,contractor(s)shall provide candidates for the job classifications requested. Candidates shall be provided at no cost to the City.The contractor agrees to provide only skilled, knowledgeable,and experienced personnel to perform services to the City.The contractor also agrees to provide the City information on any candidate(s)whose quality of services had been previously determined to be unsatisfactory. 4.6.BACKGROUND CHECKS Any candidate selected must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FDLE)Volunteer and Employee Criminal History System (VECHS). Drug Testing should be conducted in accordance with Title 49,Code of Federal Regulations,Part 40.The successful Bidder(s)must provide 10 Panel drug testing of all personnel supplied to the City,and proof of drug test prior to the acceptance of any personnel approval for an assignment.Bidder's employees must test negative in order to begin work on any City assignment.Bidder shall bear all costs associated with the initial drug tests.In no case shall a candidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. The City's current 10-panel drug test and cut-off levels are as follows: Drug In the case of an alcohol test,a result of 0.04 or greater constitutes a positive resutt.A confirmation breathalyzer test shall be administered following the imital test in accordance with the procedures in Title 49 Code oft Federal Regulations.Part 40. 4.7.Upon request from the City,the Contractor must immediately replace any personnel providing services whose quality of services is unsatisfactory to the City. 4.8.All candidates placed in the City shall be employees of the contractor,and at no time,shall the City be liable for any employer responsibilities to the contractor's employee. 4.9.CITY OF MIAMI BEACH LIVING WAGE RATES Under this contract,the wage rate paid to the personnel employed by the bidder for the work under the contract shall not be less than the City of Miami Beach Living Wage Rate. MIAMI BEACH Failure to comply with this provision shall be deemed a material breach under this bid,under which the City may,at its sole option,immediately deem said Bidder as non-responsive,and may further subject Bidder to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. 5 ANTICIPATED RFQ TIMETABLE The tentative schedule for this solicitation is as follows· RFQ Issued September 13,2023 I Pre-Proposal Meeting September 27,2023,at 10:00 am ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:916 525 649# Deadline for Receipt of Questions October 16,2023,at 5:00 pm ET Responses Due October 25,2023,at 3:00 pm ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami 3 Phone Conference ID:316 934 347# Evaluation Committee Review TBD «l Tentative Commission Approval TBD ' Contract Negotiations Following Commission Approval 6.PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ·)p GT t [);.g - [}4a1 [e] dditionally,the City Clerk is to be co ied on all communications via e-mail at:RafaelGranado or via facsimile:786-394-4188. The Proposal title/number shall be referenced on all correspondence.All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0100-5. All responses to questions/clarifications will be sent to all prospective Bidder in the form of an addendum. 7.PRE-PROPOSAL MEETING OR SITE VISIT(S).A pre-proposal meeting or site visit(s)may be scheduled. Attendance for the pre-proposal meeting shall be via web conference and recommended as a source of information but is not mandatory.Bidder interested in participating in the Pre-Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:916 525 649# Bidder who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to participate . MIAMI BEACH 8.PRE-PROPOSAL INTERPRETATIONS.Oral information or responses to questions received by prospective Bidder are not binding on the City and will be without legal effect,including any information received at pre-submittal meeting or site visit(s).The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions.Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through Periscope S2G.Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ.Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 9.CONE OF SILENCE.This RFQ is subject to,and all Bidder are expected to be or become familiar with,the City's Cone of Silence Requirements,as codified in Section 2-486 of the City Code.Bidder shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with,and shall be subject to any and all sanctions,as prescribed therein,including rendering their response voidable,in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 10.ADDITIONAL INFORMATION OR CLARIFICATION.After proposal submittal,the City reserves the right to require additional information from Bidder (or Bidder team members or sub-consultants)to determine:qualifications (including,but not limited to,litigation history,regulatory action,or additional references);and financial capability (including,but not limited to,annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 11.BIDDER'S RESPONSIBILITY.Before submitting a response,each Bidder shall be solely responsible for making any and all investigations,evaluations,and examinations,as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract.Ignorance of such conditions and requirements,and/or failure to make such evaluations,investigations,and examinations,will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract,and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 12.DETERMINATION OF AWARD.The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received.The evaluation committee is advisory only to the city manager.The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant.The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability,capacity and skill of the Bidder to perform the contract. (2)Whether the Bidder can perform the contract within the time specified,without delay or interference. (3)The character,integrity,reputation,judgment,experience and efficiency of the Bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Bidder(s)s/he deems to be in the best interest of the City or may recommend rejection of all proposals.The City Commission shall consider the City Manager's recommendation and may approve such recommendation.The City Commission may also,at its option,reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. MIAMI BEACH 13.NEGOTIATIONS.Following selection,the City reserves the right to enter into further negotiations with the selected Bidder.Notwithstanding the preceding,the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract.It is also understood and acknowledged by Bidders that no property,contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 14.E-VERIFY.As a contractor you are obligated to comply with the provisions of Section 448.095,Fla.Stat., "Employment Eligibility."Therefore,you shall utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 15.PERISCOPE S2G (FORMERLY BIDSYNC).The Procurement Department utilizes Periscope S2G,Supplier-to- Government electronic bidding (e-Bid)platform.If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G,Supplier-to- Government www.bidsync.com/Miami-Beach.Registration is easy and will only take a few minutes.For detailed instructions on how to register,complete vendor qualifications and submit electronic bids visit https://www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration,please visit the above link or contact Periscope S2G,Supplier-to-Government at support@bidsync.com or 800.990.9339,option 1,option 1. 16.HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS).In addition to registering with Periscope S2G,the City encourages vendors to register with our online Vendor Self-Service web page,allowing City vendors to easily update contacts,attachments (W-9),and commodity information.The Vendor Self-Service (VSS)webpage (https://selfservice.miamibeachfl.gov/vssNendors/default.aspx)will also provide you with purchase orders and payment information. Should you have any questions and/or comments,do not hesitate to submit them to vendorsupport@miamibeachfl.gov 17.SUPPLIER DIVERSITY.In an effort to increase the number and diversity of supplier options in the procurement of goods and services,the City has established a registry of LGBT-owned businesses,as certified by the National LGBT Chamber of Commerce (NGLCC)and small and disadvantaged businesses,as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC,or as a small or disadvantaged business by Miami-Dade County,click on the link below to be added to the City's supplier registry (Vendor Self-Service)and bid system (Periscope S2G,Supplier-to-Government).These are two different systems and it is important that you register for both. Click to see acceptable certification and to register:https://www.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. Balance of Page Intentionally Left Blank SECTION 0200 MIAMI BEACH GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS &CONDITIONS -GOODS AND SERVICES.By virtue of submitting a proposal in response to this solicitation,Bidder agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022),incorporated herein,which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank SECTION 0300 MIAMI BEACH PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1.ELECTRONIC RESPONSES (ONLY).Proposals must be submitted electronically through Periscope S2G (formerly BidSync)on or before the date and time indicated.Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals.The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments.All documents should be attached as separate files in accordance with the instructions included in Section 4,below.Attachments containing embedded documents or proprietary file extensions are prohibited.It is the Bidder's responsibility to assure that its bid,including all attachments,is uploaded successfully. Only proposal submittals received,and time stamped by Periscope S2G (formerly BidSync)prior to the proposal submittal deadline shall be accepted as timely submitted.Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments.Any technical issues must be submitted to Periscope S2G (formerly BidSync)by contacting (800)990-9339 (toll free)or S2G@periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2.NON-RESPONSIVENESS.Failure to submit the following requirements shall result in a determination of non- responsiveness.Non-responsive proposals will not be considered. 1.Bid Submittal Questionnaire (submitted electronically). 2.Failure to comply with the Minimum Eligibility Requirements (if applicable). 3.OMITTED OR ADDITIONAL INFORMATION.Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically)with the bid and by the deadline for submittals shall render a proposal non- responsive.With the exception of the Bid Submittal Questionnaire (completed and submitted electronically),the City reserves the right to seek any omitted information/documentation or any additional information from Bidder or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements.Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4.ELECTRONIC PROPOSAL FORMAT.In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of proposals,it is strongly recommended that proposals be organized and tabbed in accordance with the tabs,and sections as specified below.The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references.The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. Cover Letter,and Table of Contents 1.1 Cover Letter and Table of Contents.The table of contents should indicate the tabs,sections with tabs,and page numbers to facilitate the evaluation committee's review.The cover letter must be signed by a principal or a ent able to bind the firm. TAB 1 TAB2 • MIAMI BEACH erience and Qualifications 2.1 Relevant Experience of Prime Bidder:Summarize projects where the Bidder and/or its principals have provided services similar to those described herein including experience in providing similar scope of services to public sector agencies preferably in Miami-Dade.For each project provide the following: a.project name and scope of services provided; b.name of individuals that worked on the referenced project; c.client; d.client project manager and contact information; e.costs of the services provided;and f.term of the engagement. g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years. 2.2 Qualifications of Bidders Inspectors/Examiners/Reviewers (Individuals).Provide an organizational chart of all personnel to be used on this project,and each individual's experience and qualifications providing similar scope of services to public sector agencies preferably in Miami-Dade,and each individual's relationship to the bidder.Include a resume of each individual,including education,experience,and any other pertinent information shall be included for each team member to be assigned to this project.Resumes and qualifications provided should include the should include but not be limited to the following specializations/trades: •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE)in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or ex erience as deemed a ro riate. A roach and Methodolo Submit detailed information on the approach and methodology to maximize the value of the services provided to the City,including detailed information,as applicable,which addresses,but need not be limited to: 1.Recruitment &Retention.Explain how the bidder recruits and retains the best-qualified employees for the needs of the City. 2.Certification:Explain how the bidder will ensure its candidates meet all requirements for their specialties established b the Miami-Dade Count Code of Ordinances,Cha ter 8,Article II,where a licable,and MIAMI BEACH are certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 3.Employee Training &Quality Assurance.Explain the training the bidder provides to employees and its quality assurance initiatives. 4.Conflicts of Interest.Explain how the bidder will ensure that there are no conflicts of interest with regard to employees working on any project for the City for which the bidder is assisting or representing private owners and developers. 5.Employee Performance.Describe the bidder's communication and escalation strategy for personnel not performing their assigned responsibilities. 6.Describe the bidder's monthly billing statement/invoice process,which identifies the positions,services, and hours performed by employees. 7.Bidders'recent,current,and projected workload for the Bidder and key personnel and how the potential contract will fit into the Bidder's workload. Balance of Page Intentionally Left Blank SECTION 0400 PROPOSAL EVALUATION 1.EVALUATION COMMITTEE.An Evaluation Committee,appointed by the City Manager,may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below.In doing so,the Evaluation Committee may review and score all proposals received,with or without requiring presentations.It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission.The City Manager will utilize the results to take one of the following actions: a.In the event that only one responsive proposal is received,the City Manager,after determination that the sole responsive proposal materially meets the requirements of the RFQ,may,without an evaluation committee,recommend to the City Commission that the Administration enter into negotiations;or b.The City Manager may recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100,Sub-section 12; or c.The City Manager may Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee;or d.The City Manager may recommend to the City Commission that all firms,if more than one (1)responsive submittal is received,be rejected. 2.PRESENTATIONS BY SHORT-LISTED FIRMS.If a short-listing of firms responding to this RFQ is approved,the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee.In further considering the short-listed firms,the Evaluation Committee will utilize the criteria set forth in Sub-section 4 below. 3.TECHNICAL ADVISORS.The City,at its discretion,may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4.EVALUATION CRITERIA.Responsive,responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria (Points Assigned by Evaluation Committee) Experience &Qualifications (Tab 1) Approach &Methodology (Tab 2) TOTAL AVAILABLE POINTS for Qualitative Criteria Quantitative Criteria (Points Assigned by Procurement Department) Veteran's Preference Points TOTAL AVAILABLE POINTS for Qualitative and Quantitative Maximum Points Maximum Points 5.QUALITATIVE CRITERIA.The Evaluation Committee shall review responsive,responsible proposals and assign points for the qualitative factors only.The Evaluation Committee shall not consider quantitative factors (e.g.veteran's preference)in its review of proposals.The Evaluation Committee shall act solely in an advisory capacity to the City Manager.The results of the Evaluation Committee process do not constitute an award recommendation.The City Manager may utilize,but is not bound by,the results of the Evaluation Committee process,as well as consider any feedback or information provided by staff,consultants or any other third-party in developing an award recommendation in accordance with Section 0100,Sub-section 10.In its review of proposals received,the Evaluation Committee may review and score all proposals,with or without conducting interview sessions,in accordance with the evaluation criteria. 6.Quantitative Criteria.Following the results of the evaluation of the qualitative criteria by the Evaluation Committee,the Bidders may receive additional points,to be added by City staff.Veterans' Preference points will be assigned in accordance with Section 2-37 4 of the City Code. 7.DETERMINATION OF FINAL RANKING.The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: B id d e r A B id d e r B B id d e r C Qualitative Points 82 74 80 C o m m itt ee Quantitative Points 10 5 0 M em b e r 1 Total 92 79 80 Rank 1 ,,3 2 Qualitative Points 82 85 72 C o m m ittee Quantitative Points 10 5 0 M e m b e r 2 To tal 92 90 72 Rank 1 2 ;'3 Qualitative Points 90 74 66 C o m m itt ee Quantitative Points 10 5 0 M em b e r2 Total 100 79 66 R ank 1 2 3 Lo w A g g reg ate S c o re 3 7 8 Fin a l R a n k in g *1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation.The City Manager will utilize the results of the proposal evaluation process,and any other information he deems appropriate,to develop an award recommendation to the City Commission,which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank APPENDIX A MIAMI BEACH Special Conditions {RFQ)2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 1.TERM OF CONTRACT.The term of the contract shall be for three (3)years from the effective date. 2.OPTIONS TO RENEW.The City Manager may approve an additional one (1)two-year year renewal option. 3.PRICES.It is the intent of the City to negotiate,with the selected bidder(s),a percentage markup to be added to the pay rate for the placed candidate.The percentage mark-up shall be inclusive but not limited to,all expenses,profit,overhead,benefits and all applicable taxes.The City and selected bidder shall agree on the salary of the temporary staff person at the time of the engagement for that position,which shall remain fixed and firm during the term of the contract;provided,however that the bidder may offer incentive discounts to the City at any time during the contractual term. The City's representative and successful bidder shall mutually agree on the hourly salary,job description,minimum qualifications,duties and responsibilities for each position,as needed.The overhead and expenses markup proposed shall be added to the Candidates pay rate to determine the bill rate.No other fees or taxes are allowed. APPENDIX B MIAMI BEACH Sample Contract (RFQ)2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES BY VIRTUE OF SUBMITTING A PROPOSAL THE FIRM HEREBY TAKES NO EXCEPTIONS TO THE TERM AND CONDITIONS NOTED IN THIS SAMPLE CONTRACT PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3d Floor Miami Beach,Florida 33139 APPENDIX C MIAMI BEACH INSURANCE REQUIREMENTS {RFQ)2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 MIAMI BEACH TYPE 7 Professional Services Vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. XXX 1. XXX2. XXX 3. XXX4. XXX5. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440,and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute,the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. Comprehensive General Liability (occurrence form),limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/Operations; Products,Completed Operations and Contractual Liability.Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). Automobile Liability -$1,000,000 each occurrence -owned/non-owned/hired automobiles included. Professional Liability Insurance in an amount not less than $1,000,000 with deductible per claim,if any,not to exceed 10%of the limit of liability. Cyber Liability in an amount sufficient to cover the full replacement value of damage to,alteration of,loss of,or destruction of electronic data and/or information "property" of the City of Miami Beach that will be in the care,custody,or control of the vendor. The City of Miami Beach is self-insured.Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes. Additional Insured -City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers'Compensation)arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation -Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete, certified copies of all required insurance policies,including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliant Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS,at: Certificates-miamibeach@riskyorks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements,including limits,based on the nature of the risk,prior experience,insurer,coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. ATTACHMENT C SUNBIZ &PROPOSAL RESPONSE TO RFQ D/tot of C0R A TIO DIVISION OF CORPORATIONS Department of State I Division of Corporations l Search Records l Search by FEl/ElN Number l Detail by FEI/EIN Number Florida Profit Corporation EASTERN ENGINEERING GROUP COMPANY Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 3401 NW 82 AVE SUITE 370 DORAL,FL 33122 Changed:01/06/2011 Mailing Address 3401 NW 82nd Ave Suite 370 Doral,FL 33012 P05000123048 61-1492162 09/07/2005 FL ACTIVE AMENDMENT 10/08/2009 NONE Changed:01/06/2017 Registered Agent Name &Address TORRES,FERNANDO 14973 SW 22ND STREET MIAMI,FL 33185 Officer/Director Detail Name &Address Title PD LOPEZ,RAISSA R 14973 SW 22ND STREET MIAMI,FL 33185 Annual Reports R e p o rt Yea r 2022 2023 2024 Filed Date 01/25/2022 01/23/2023 02/09/2024 Document Images 02/09/2024 --ANNUAL REPORT View image in PDF format-------------' 01/23/2023 --ANNUAL REPORT View image in PDF format-------------' 01/25/2022 --ANNUAL REPORT View image in PDF format------------~ 03/10/2021 --ANNUAL REPORT View image in PDF format-------------' 06/08/2020 --ANNUAL REPORT View image in PDF format-------------' 04/08/2019 --ANNUAL REPORT View image in PDF format-------------' 03/26/2018--ANNUAL REPORT View image in PDF format-------------' 01/06/2017 --ANNUAL REPORT View image in PDF format---------------' 01/26/2016 --ANNUAL REPORT View image in PDF format------------~ 01/08/2015 --ANNUAL REPORT View image in PDF format-------------' 01/07/2014 --ANNUAL REPORT View image in PDF format 01/02/2013 --ANNUAL REPORT View image in PDF format 01/06/2012 --ANNUAL REPORT View image in PDF format 01/06/2011 --ANNUAL REPORT View image in PDF format-------------' 01/07/2010 --ANNUAL REPORT View image in PDF format 10/08/2009 --Amendment View image in PDF format 03/17/2009--ANNUAL REPORI View image in PDF format-------------' 11/24/2008 --Amendment View image in PDF format 01/25/2008--ANNUAL REPORT View image in PDF format-------------' 02/05/2007 --ANNUAL REPORT View image in PDF format 01/06/2006 --ANNUAL REPORT View image in PDF format View image in PDF format09/07/2005 --Domestic Profit BID SUBMITTAL QUESTIONNAIRE SECTION 1-BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: BID NUMBER Solicitation Title: PROJECT TITLE BID D ER 'S N A M E :Eastern Engineering G roup Com pany NO .O F YE A R S IN BU S IN E S S :18 I NO .OF YEARS IN BUSIN ESS LOC ALLY:18 I NO .O F EM PLOYEES:45 O TH ER N A M E (S )BID D E R HA S O P E RA TED UN D E R IN TH E LA S T 10 YEA R S:N/A BID D E R PR IM A R Y A D D R E S S (H E A D Q U A RTE R S ):3401 NW 82 A ve,Suite 370 C ITY :D oral STATE:FL I ZIP CO DE:33122 T E LE P H O N E N O .3055998133 TO LL FR E E NO .:N/A FAX N O .:NIA BID D E R LO C A L A D D R E S S :easternegm arketing@ gm ail.com C IT Y :D oral STATE:FL I ZIP CO DE:33122 PR IM A R Y A C C O U N T R E P R E S E N TATIV E FO R TH IS EN G A G E M E N T:Raissa Lopez A C C O U N T R E P TELE P H O N E NO .:3055998133 A C C O U N T R E P TO LL FR E E NO .:NIA A C C O U N T R E P EM A IL:ralssa@ eastern eg.com FE D E R A L TA X ID E N TIFIC ATIO N NO .:61-1492162 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document and the solicitation,including all addendums specifications, attachments,exhibits,appendices and any other document referenced in the solicitation c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)if bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Representative: Raissa Lopez Signature of Bidder 's Authorized Representative: Raissa Lopez SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation,the City may release one or more addendum to the solicitation,which may provide additional information to bidders or alter solicitation requirements.The City will strive to reach every bidder having received solicitation through the City's a-procurement system.However,bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to Confirm Confirm Receipt Receipt Receipt RL Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15..lf additional confirmation of addendum is required,submit under separate cover. SECTION 3-CONFLICT OF INTEREST All bidders must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach.Further,all bidders must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten (10%)percent or more in the bidder entity or any of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 2 3 4 5 6 SECTION 4 -FINANCIAL CAPACITY At time of request by the City,bidder shall request that Dun &Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three (3)days of request.Bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report (SQR)directly to the City.No proposal will be considered without receipt (when requested),by the City,of the SQR directly from Dun &Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800-424-2495. SECTION 5-REFERENCES AND PAST PERFORMANCE Project No. Project Title BID NUMBER PROJECT TITLE Bidder shall submit at least three (3)references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation.Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name:ARC Private Provider Services Inc Contact Individual Name and Title:Ricardo Bermudez,President Address:7414 SW 48th St Telephone:(305)989-0311 Contact's Email:rick@arcprivateprovider.com Narrative on Scope of Services Provided,Project Budget,and Project Dates: Eastern Engineering Group conducted a thorough second peer review of the approved Peer Review report and design work completed by the licensed engineering professional (EOR),focusing specifically on the structural aspects of the project to ensure compliance with the latest edition of the Florida Building Code and applicable design standards.The review began on November 14,2022,and concluded on February 23,2023.Assessments included load determination,structural stability,main framing design,foundation design assessment,FEM analysis models,and general detailing.Upon approval,Eastern Engineering Group provided the city's Private Provider Plan Compliance Affidavit form to comply with the City of Miami's Private Provider and Peer Reviewer Programs. Reference No.2 Firm Name:City of Miami Contact Individual Name and Title: Address:Marisol Mertinez,Project Manager Telephone:(305)416-1219 Contact's Email:marmartinez@miamigov.com Narrative on Scope of Services Provided,Project Budget,and Project Dates: Historic Virginia Beach Park Eastern Engineering Group conducted the 40-year structural recertification,inspecting the properties to assess their certification compliance with Miami-Dade County and/or Broward County regulations.A signed and sealed letter from a Licensed Engineer summarizing the inspection findings was provided,along with any other required documentation by the respective counties.In the event that a property did not pass the inspection,the client was advised on the necessary corrective actions. Reference No.3 Firm Name:City of Hialeah Contact Individual Name and Title:Ruben Racet Address:900 East 56 Street,Bldg No.1 Telephone:(970)301-9343 Contact's Email:rr21706@hialeahfl.gov Narrative on Scope of Services Provided,Project Budget,and Project Dates: 1470 W 38 Pl Bldg 1 &2 SECTION 6 --SUSPENSION,DEBARMENT,OR CONTRACT CANCELLATION Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency?[]Es [@ ]No If answer to above is "YES,"bidder shall submit a statement detailing the reasons that led to action(s): Eastern Engineering Group conducts structural building recertifications,assessing properties to comply with Miami-Dade County and/or Broward County regulations.We provide a Structural Engineering Report,signed and sealed by a Licensed Structural Engineer,to be submitted to the respective county.Structural design services for remedying defects are not included but can be provided separately. SECTION 7 -EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive bids,to provide "Equal Benefits"to their employees with domestic partners,as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees?I□I YES I□[NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? D I YES D I NO Please check all benefits that apply to your answers above and list in the "other"section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. Bidder Provides for Bidder Provides for Bidder does notBENEFITEmployeeswithEmployeeswithProvideBenefitSpousesDomesticPartners Health Sick Leave Family Medical Leave Bereavement Leave If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance.To comply on this basis,you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final.Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ SECTION 8 -LIVING WAGE Pursuant to Section 2-408 of the City of Miami Beach Code (as currently stated or as may be amended),covered employees shall be paid the required living wage rates (https://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/).Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal. SECTION 9 -BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R.PART 18 -CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.§1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Representative: Raissa Lopez Signature of Bidder 's Authorized Representative: Raissa Lopez SECTION 10 -SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt. 3000.As such the contractor is required to verify that none of the Contractor,its principals (defined at 2 C.F.R.§180.995),or its affiliates (defined at 2 C.F.R.§180.905)are excluded (defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt. 3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Representative: Raissa Signature of Bidder 's Authorized Representative: Lopez SECTION 11 -SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County?[z ]YEs []No SECTION 12 -LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? [TC]YEs [@g]No SECTION 13 --CONE OF SILENCE Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVI ISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov . By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. SECTION 14 -CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city- hall/procurement/procurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3)days of request by the City? @ ]YES []No Bidder adopts the City of Miami Beach Code of Business Ethics?[z]Es []NO SECTION 15--LOBBYIST REGISTRATION &CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: •Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) •Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration &Campaign Contribution Requirements. SECTION 16 -NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 17-FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. SECTION 18-PUBLIC ENTITY CRIMES Please refer to Section 287 .133(2)(a),Florida Statutes,available at: https://www.flsenate.gov/Laws/Statutes/2012/287 .133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. SECTION 20 -VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No.2011- 3748,https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2- 37 4PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent (5%)of the lowest and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount.Whenever,as a result of the foregoing preference,the adjusted prices of two (2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB,RFP,RFQ,ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? [T]YES [@@ ]No Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? [LC]YEs [@]No SECTION 21-MORATORIUM ON fRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi.Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? If yes,explain. D I YES @ ]No April 30%h WG Eastern Engineering Group Submitted by: Eastern Engineering Group 3401 NW 82%Ave Suite 370 Doral,FL 33122 2024-031-WG MIAMI BEACH City of Miami Beach,Florida Request for Qualification RFQ-2024-031-WG Plan Review ,Plan Exam iners,and Building Inspection Services April 30 ,2024 3:00 PM Subm itted by: Eastern Engineering G roup 3401 NW 82 A ve Ste 370 Doral,FL 33122 Raissa R.Lopez raissa@ eastern eg.com (305)599-8133 a Eastern Engineering Group 2024-031-WG MIAMI BEACH Table of Contents TAB 1-Cover Letter Page 4 TAB 2-Experience and Qualifications Page 6 TAB 2.1-Relevant Experience of Prime Bidder Page 7 TAB 2.2-Qualifications of Bidders lnspectors/Reviewers Page 14 TAB 3-Approach and Methodology Page 22 LICENSES AND CERTIFICATIONS Page 34 a Eastern Engineering Group Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH TAB 1 Cover Letter a Eastern Engineering Group a Eastern Engineering Group April 30",2024 Cover Letter To Whom It May Concern: Eastern Engineering Group is a woman owned Structural and Civil Engineering consulting firm,located in Doral,FI.Eastern Engineering Group is recognized as a leading firm providing Structural Engineering services to over twenty (20+)government entities,ten (10+)educational clients,and several Federal Aviation Administration entities across the United States.This letter should be used as a record of Eastern Engineering Group's understanding of the scope of work for Solicitation RFQ 2024-031-WG.Our company commits to performing the work in accordance with the terms of the proposal submitted in a timely manner.Our firm is willing to meet any location,budget,task orders or minority business enterprise goals if any are set.If we are selected,always during the term of the agreement we will maintain in good standing all required licenses,certifications and permits required under federal,state,and local laws necessary to perform the services.This is made without collusion with any other person or entity submitting a proposal pursuant to this RFO.The list of people authorized to make representation for the respondent,Eastern Engineering Group,is the following: Eastern Engineering Group Raissa Lopez,PE.President (Main Contact) raissa@easterneg.com 3401 NW 82 Ave Suite 370 Doral,FL 33122 0.305-599-8133 C.305-807-5063 Fernando Torres,Vice President fernando@easterneg.com 0.305-599-8133 C.305-807-5103 3401 NW 82 Ave Suite 370 Doral,FL 33122 Kind Regards, Rais5a Lopez,PE.Presiden Eastern Engineering Group Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH TAB 2 Experience and Qualifications a Eastern Engineering Group Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH TAB 2.1 Relevant Experience of Prime Bidder a Eastern Engineering Group Olympia Theater Structural Building Recertifications Miami,Florida The scope of work involved conducting structural building recertification inspections and formulating comprehensive structural repair plans for the Olympia Theater,a commercial structure spanning 88,180 square feet across four floors,and originally constructed in 1925 Size 88,180 sf Completion 2021 Cost $200,000 Services Building Recertification Structural Inspections Structural Repair Plans Client City of Miami Reference Marisol Martinez marmartinez@miamigov.com (305)416-1219 Individuals that Worked on Project Gonzalo A.Paz,PE Greynolds Park Structural Inspections and Structural Repairs Miami,Florida Special inspections and structural renovations were carried out on three bridges.Design,permitting,and construction administration services were provided for a project aimed at performing structural renovation,repair,or new design as needed.Analysis and design of structural members and connections were conducted to comply with current applicable codes such as AASHTO, FBC,IBC,among others.Computer modeling of wood structures and steel connections was performed using competitive software including ETABS, ENERCALC,RISA,etc.Wind calculations for main wind-resisting systems and components,as well as cladding,were conducted using MecaWind.Drawings were completed using Autocad.Site systematic inspections were conducted. Completion 2023 Cost $164,000 Services Structural Inspections Structural Repairs Construction Administration Client Miami Dade County Parks,Recreation, and Open Spaces Reference Adria Gonzalez adria.gonzalez-leiva2@miamidade.gov (305)755-7805 Individuals that Worked on Project Raissa R.Lopez,PE Miami International Airport Structural Inspections Miami,Florida Eastern Engineering Group successfully completed a critical component of a demolition project by providing comprehensive structural inspections.The project,which was conducted in accordance with approved structural drawings and specifications prepared by the Structural Engineer of Record,required diligent oversight to ensure compliance with all permit plans and documentation. Our team was responsible for verifying that all demolition works were executed in accordance with the approved plans,and an inspection log was carefully maintained after each inspection. Throughout the project,Eastern Engineering Group maintained a high level of professionalism and attention to detail.We recognize the importance of accurate record-keeping and documentation,and made sure to fill out detailed inspection logs and create letters addressing the state of compliance of the building.These letters were required for permitting procedures,and were essential in ensuring that the project was completed efficiently and effectively. a Size 40,000 sf Completion 2019 Cost $29,000 Services Structural Inspections Client Miami International Airport Reference Luis R.Rodriguez lrrodriguez@miami-airport.com (305)869-3313 Individuals that Worked on Project Gonzalo A.Paz,PE Haley Sofge Towers Structural Building Recertifications Miami,Florida The scope of work involved conducting structural inspections to identify signs of distress in a 13-story building spanning 160,241 square feet.The investigation solely comprised visual inspections of exposed building elements.The building was occupied at the time of the inspection. Size 160,241 sf Completion 2021 Cost $29,000 Services Building Recertification Structural Inspections Client Miami Dade County Reference Santiago Jimenez santiago.jimenez2@miamidade.gov (786)469-4125 Individuals that Worked on Project Raissa R.Lopez,PE a IFLY Miami Peer Review Miami,Florida Review of Structural Design work of a licensed engineering professional (EOR) to ensure that the design and specifications comply with the latest edition of the Florida Building Code and applicable design standards.Work developed by (Professional):Clifton Adman Boswell,OE,Work developed by (Firm):Martin/ Martin,Type of Structure:Structural Steel /Precast Reinforced Concrete on Deep Foundations,Height:4 Stories/164 Feet,Use/Occupancy:Facility. Size 4 stories /164 sf Completion 2022 Cost $18,000 Services Peer Review Client James Marks Reference James Marks james.marks@mac.com (813)833-7116 Individuals that Worked on Project Alexis Martinez,PE Paseo 41 Peer Review Miami,Florida Structural Review for Building Code Compliance by Eastern Engineering Group. Our team reviewed the design work of a licensed engineering professional (EOR)to ensure that the design and specifications comply with the latest edition of the Florida Building Code and applicable design standards.The work was developed by Wilfredo A.Melendez,PE of the firm BCC Engineering.The type of structural system reviewed was reinforced concrete.The structure is a 5-story building for residential/commercial use and occupancy. Size 5 stories Completion 2021 Cost $3,900 Services Peer Review Client ARC Private Providers Reference Ricardo Bermudez rick@arcprivateprovider.com (305)989-0311 Individuals that Worked on Project Alexis Martinez,PE Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH TAB 2.2 Qualifications of Bidders Inspectors/Reviewers a Eastern Engineering Group MIAMI BEACHa Eastern Engineering Group Raissa Lopez President,PE,SI Alexis Martinez Technical Director of l,3[rug[ura]_ndin@err0 Division Fernando Torres Vice President Mario Morales Technical Director of Dec[al[y Engine@final ] Division Sandra Lopez Director of Business Administration onique Casanova Director of Marketing and Public Relations Gonzalo Paz Vice President,PE Judith Fernandez Managing director of Structural Enginaring division Claudia Proenza Managing Director of Specialty Engineering Division Gaston Santamaria W&D Division Project Manager and Inspector Edher Quiroz Director of Structural Repairs Division Mayra Pereira Construction Administration Division Managment Jorge Morrina innovation & Company Infrastructure Yanaisy Pichaco Executive Coordinator of Office Operation llianette Tomey Executive Coordinator of Office Operation Milena Bernal Administrative Assistant Dayanny Diaz Administrative Assistant Amy Farias II Yaneivy Martinez I I Mayte Prado HI]Jennifer Cruz I Cristobal M.Perz Project Engineer Project Engineer Project Manager Project Manager Raul Castellanos Const.Administration Structural Inspector &Structural Inspection Natalia Cardona Kelvin Barban Elizabeth Moya Elisa Moya Project Engineer Project Engineer Project Manager Project Engineer I (Antonio Figueroa Const.Administration &Structural Ivette Valdes Leandra Orlandi Geraldine Santana Mayle Perez I \.Inspection Project Engineer Project Engineer Cad Technician Cad Technician Yanet Hernandez Oscar Delgado Arletty Cisneros Javier Rumayor I I Hector Larroude Project Engineer Project Engineer Cad Technician Cad Technician Structural Inspection Kleidy Gonzalez j I Gabriela HernandezSoniaHernandezAlinaGranadosProjectEngineerCadTechnitianCadSpecialistCadTechnitianCoordinatorr-------l 1---- Maria Betania Amanda Power Project Engineer Project Engineer Carlos Rodriguez H Israel Quintero Project Engineer Cad Technician EDUCATION Polytechnic Institute JAE,Cuba Bachelor of Science Degree in Structural Engineering 1990 AVAILABILITY Raissa R.Lopez,PE President I Eastern Engineering Group Ms.Lopez is a highly experienced and accomplished Structural Engineer,with over 20 years of expertise leading public and private projects across various sectors including commercial,residential,educational,assembly,airport control towers, and marinas.Ms.Lopez's engineering skills are comprehensive,covering the structural analysis and design of buildings and/or structural components using reinforced concrete,structural steel,masonry,timber,aluminum,and light gauge steel.She is highly proficient in computer modeling software such as Risa 3D and Enercalc,among others.Ms.Lopez has significant experience in generating project specifications,managing projects during construction,conducting threshold building inspections,and carrying out feasibility studies.As the President of her company,Ms.Lopez is a skilled manager with a strong focus on client relations, proposals,and employee management She has an impressive track record of delivering high-quality work on time and within budget while maintaining excellent client relationships.In recognition of her outstanding contributions to her field,Ms. Lopez was selected by the City of Dora l's Commission on the Status of Women to receive the prestigious Women of Legacy Women Business Leader Award in 2022. 100% REGISTRATIONS /AFFILIATIONS Florida PE 59399 Florida SI 7014079 Nevada PE 16495 Maryland PE 46718 New York PE 99241 Texas PE 136388 Ohio PE 76498 Virginia PE 0402054606 AWARDS /RECOGNITIONS Doral Women of Legacy Business Leader Award 2022 PROJECT EXPERIENCE Pelican Harbor New Rehabilitation Center MIAMI + Miami Dade County Animal Shelter Renovations ORAL,FL Florida International University FIU Trish and Dan Bell Chapel ivllAMI.H Florida Memorial University New Multipurpose Arena MIAMI,FI Florida Memorial University Athalie Range Science Hall IAMl Miami Dade County Public Schools Homestead HS Veterinary Services Renovation!IOMESTEA F Miami Dade County Public Schools Winston Park K-8 Center Classroom Renovation MIAMI,F Miami Dade County Public Schools Silverbluff Elementary School Classroom Renovation IAMI I Miami Dade County Public Schools Cutler Bay Middle School Classroom Renovations J FR BA I Miami Dade County Public Schools Zelda Glazer New Classroom MIAMI,Ft Miami Dade County Public Schools Pine Villa Elementary School Renovations MIMI,E Space Coast Regional Airport New Air Traffic Control Tower TITUSVILLE L Blackstone Army Airfield New Air Traffic Control Tower BL AK TONE VA Rickenbacker Airport New Air Traffic Control Tower COLUMBUS OHIO Melbourne International Airport New Air Traffic Control Tower ME 1ED)1ME,'I Las Cruces International Airport New Air Traffic Control Tower 1 AS CR)H,,MM Barnstable Municipal Airport New Air Traffic Control Tower LEED Silver Certified H/MI \ I 1 aEastern Enmnoerin Group Resume Raissa R.Lopez,PE Ms.Lopez has over 20 years of experience as the lead Structural Engineer on public and private projects,including but not limited to commercial,residential, educational,assembly,airport control towers and marinas projects.Ms.Lopez's engineering skills include the structural analysis and design of buildings and/or structural components using reinforced concrete,structural steel,masonry,timber, aluminum and light-gauge steel.Further,Ms.Lopez is competent in the use of computer modeling software's such as Risa 3D and Enercalc among others. Substantial experience with the generation of project specifications,management of projects during construction,threshold building inspections and feasibility studies.With her role as President of the company,her managerial duties include client relations,proposals,employee administration and marketing strategies, among others. SPECIFIC PROJECT HISTORY Miami Dade County Animal Shelter -Doral,Florida A 70,000 square foot warehouse renovation into a new animal shelter.LIVS provided complete architectural services which included programming,schematic design,design development,construction documents and construction administration.The design approach revolved around the idea of creating a mall experience where the public could "shop"for their new best friend.Interior and exterior work included new administrative offices,418 adoption cages,two operating rooms,two clinics and public gathering areas for educational and community service that withstand the rigors of daily abuse while promoting safety in design.Construction Cost:$15M. EDUCATION Polytechnic Institute JAE,Cuba Bachelor of Science Degree in Structural Engineering 1990 POSITION President 2005 -Present PROFESSIONAL REGISTRATIONS Florida PE #59399 Florida SI # 7014079 Maryland PE#46718 Pennsylvania PE #83926 Virginia PE #0402054606 Ohio PE #76498 Nevada PE #16495 Massachusetts PE #48567 PREVIOUS EMPLOYERS Atkins Global Position:Structural Engineer Date:2004 -2005 Location:Miami,FL Stantec Position:Structural Engineer Date:2003-2004 location:Las Vegas,NV DDA Engineers Position:Project Engineer Date:1997 -2003 Location:Miami,FL Jockey Club Condominium -North Miami,Florida 40-year Recertification for a twenty one-story building.The main framing of the building consists of cast in place concrete flat slabs at floors,supported on concrete columns and masonry walls.Concrete shear walls were chosen for stairs and elevators. Ocean Park Condominium -Miami Beach,Florida A 40-year Recertification for a fifteen-story building.The main framing of the building consists of cast in place concrete flat slabs at floors,supported on concrete columns and masonry walls.There are concrete shear walls at stairs and elevators.Foundation presumably to be on concrete piles.There is a canopy at the pool area,with framing of cast in place concrete flat slab supported on concrete columns. Banyan Bowl 40 Year Recertification -Village of Pinecrest Eastern Engineering Group performed the 40-Year Recertification for the 32,668 SF theater and the two-story parking garage building. h "a. ( I EDUCATION Polytechnic Institute JAE,Cuba Bachelor of Science Degree in Structural Engineering 1990 AVAILABILITY 80% REGISTRATIONS /AFFILIATIONS Florida PE It 60734 Gonzalo A.Paz,PE Vice-President I Eastern Engineering Group Mr.Paz is a highly experienced Civil and Structural Engineer with over 20 years of diverse expertise in the US and abroad.He has a proven track record of successful project management and delivery across commercial,industrial, residential,marine,mixed-use,and educational sectors.Mr.Paz is skilled in conducting structural analysis and designing buildings and their components using a broad range of materials and systems,including reinforced concrete,structural steel,wood,aluminum,timber,and structural glass.He has a comprehensive understanding of construction administration processes,including responding to RFls,reviewing shop drawings,and conducting feasibility studies and inspections. With a strong background in civil engineering,Mr.Paz has demonstrated expertise in designing and preparing construction documents for roads,parking lots,water and sewer systems,and drainage infrastructure.His proficiency in engineering software,such as ETABS,Risa 3D,Staad Pro,Enercalc,and SAFE,coupled with his ability to generate engineering calculations using Mathcad,has made him an asset to any project team. PROJECT EXPERIENCE Galloway Medical Galloway Medical Pavilion MIAMI,F Miami Dade County Public Schools Gulfstream Elementary School New Classroom Building MIAMI,FI Miami Dade County Public Schools George Washington Carver Renovations MIAMI,FL Miami Dade County Public Schools Gulfstream Elementary School New Classroom Building A\MI,I Miami Dade County Public Schools Riverside Elementary School Renovations lAMl,FI Miami Dade County Public Schools South Miami K-8 Center Renovations MI\Ml,+ Miami Dade County Public Schools Nathan B.Young Elmentary School Renovations MIAMI.I Miami Dade County Public Schools Lenora B.Smith Elementary Renovation MIAMI I The City of Miami Manuel Artime Theater Building Recertification MIAMI,I The City of Miami Olympia Theater Building Recertification MIAMI,F The City of Miami City Hall Building Recertification MIAMI, The City of Miami Fire Station #9 Building Recertification MIAMI, The City of Miami Fire Station #1 Building Recertification MIA»l The City of Miami Fire Station #6 Building Recertification MIAMI,rt The City of Miami Fire Rescue Center Building Recertification tut The City of Miami Little Haiti Cultural Center Building Recertification IA, I 1 a Eastern Engineerinp Group Resume Gonzalo A.Paz,PE,Structural and Civil Engineer Mr.Paz has over 20 years of experience as a Civil and Structural Engineer in the US and overseas,working in commercial,industrial,residential,marine,mixed-use and educational projects.His vast experience includes performing structural analysis and design of buildings and their components in a wide variety of structural materials and systems,such as reinforced concrete,structural steel,wood,aluminum,timber,and structural glass. he is proficient in the structural design and preparation of construction documents, construction administration processes including responses to RFls and review of shop drawings,feasibility studies,new NOA's and one-time Approvals for structural components, threshold inspections,forensic inspections,laboratory test witnessing.His civil expertise includes design and preparation of construction documents for new roads,parking lots, water and sewer designs,paving and drainage design and calculations.Mr.Paz is particularly skilled in generating engineering calculations in Mathcad for structural designs of structural components of a building,he is proficient with engineering software's such as ET ABS,Risa 3D,Staad Pro,Enercalc,SAFE among others.Part of his duties include training on designs and code requirements to the Project Engineers.As Vice-President of the company his duties include financial,executive,and human resources decisions,fee proposals,and staff training and supervision. SPECIFIC PROJECT HISTORY Haley Sofge Towers Visible Inspection for Signs of Distress -Miami,Florida EDUCATION Polytechnic Institute JAE, Cuba Bachelor of Science Degree in Structural Engineering 1990 POSITION Vice President 2005 -Present PROFESSIONAL REGISTRATIONS Florida PE #60734 PREVIOUS EMPLOYERS C3TS:Structural Engineer Date:2005 -2006 Location:Miami,FL Ford Engineers: Structural Engineer Date: 2001 -2005 Location: Miami,FL Cuina,S.A.:Site Engineer The scope of work consisted of performing a visible inspection for signs of distress Date:1996 --1999 and asses the structural conditions of the property and provide a report.The property consists of a lot size of 309,682 square feet.The building is a thirteen-story structure with footprint of approximately of 160,241 square feet and elevation of approximately 135 feet. Manuel Artime Theater 40 Year Recertification -City of Miami,Florida The Scope of Services consisted of performing the structural inspection on the buildings with the purpose of determining the repairs needed to fulfill the upcoming 40 Years recertification of the theater and office building.This project was a contract with the City of Miami.Some of the deficiencies reported include minor cracks and spalling in concrete slab due to corrosion in reinforcing bars,steel ladder with heavy corrosion,and wide cracking along the walls that needed to be repaired,among other observations. Claude Pepper Tower Visible Inspection for Signs of Distress -Miami,Florida The scope of work consisted of performing a visible inspection for signs of distress and asses the structural conditions of the property and provide a report.The property consists of a lot size of 125,637 square feet.The building that pertaining to this report are a twelve-story structure with footprint of approximately of 159,733 square feet an elevation of approximately 125 feet. EDUCATION Master of Science in Civil Engineering,Florida International University 2014 Bachelor of Science Degree in Civil Engineering 201 0 AVAILABILITY 80% REGISTRATIONS /AFFILIATIONS Florida PE 80430 American Society of Civil Engineers, FIU Chapter Chi Epsilon Honor Society Florida Engineering Society PROJECT EXPERIENCE Sunset Point Assisted Living Facility MIAMI,FI MCH Medical Center Building Recertification MIAMI,I MCH Medical Center Structural Repairs MIAMI,FI Bird Medical Center Building Recertification IAMl,FI Zarco Medical Clinic Additions and Renovations MIAMI.F Doral Medical Diagnostic Center Building Renovations MIMI,E Miami International Airport Parking Building Structural Repairs MI\MI.FI Miami International Airport BHS Claim Design Ml\Ml Miami International Airport Bl-IS Threshold Inspections MAL MI FI Homstead National Guard Armory Renovations MIAMI,I MDC Parks.Recreation.Open Spac- es Greynolds Bridges Structural Repairs MIAMI,FL Miami Dade County Public Schools SHS Culinary Arts Lab Renovations MIA ML.F Miami Dade County Public Schools SHS Culinary Arts Lab Renovations MIAMI H Broward County Public Schools Indian Trace ES New Building WE ON,H Broward County Public Schools Tequesta Middle School New Building WE +ON,El Broward County Public Schools Driftwood Middleschool Renovations E ON I Florida Power and Light New Fleet Building I 1 Alexis Martinez,MSCE,PE Technical Director of Structural Engineering Division I Eastern Engineering Group As the Head of the Structural Engineering Department,Mr.Martinez is a highly educated and skilled Structural Engineer with a strong background in both theory and practical experience.Mr.Martinez completed his bachelor's degree in structural engineering from Florida International University in 2010 and immediately began working on low-rise structures as part of his training.He continued to work full-time while pursuing his master's degree in Structures, which provided him with hands-on experience as well as a comprehensive understanding of the structural mechanics of construction materials.As a leader in his department,Mr.Martinez demonstrates exceptional leadership skills,providing creative and effective structural solutions that are both cost-effective and mindful of the ease of construction.His strong theoretical background,coupled with his practical experience,enables him to approach problems with a holistic and innovative perspective,ensuring that the best possible solutions are achieved. a Eastern £nineerin Group Resume Alexis Martinez,MSCE,PE As the Head of the Structural Engineering Department,Mr.Martinez descends from a family of life-long structural engineers.He completed his bachelor's degree from Florida Intern ational University specializing in structural engineering in the fall of 2010 and immediately began working on low-rise structures as part of his training.W hile also working full-time,he embarked on his master's degree in Structures, simultaneously achieving hands-on experience with a substantial degree of theoretical backgro und and in-depth knowledge of the structural mechanics of construction materials.By the time Mr.Martinez completed his master's degree in 2014,he had already designed numero us low and mid-rise buildings in South Florida of varying structural complexity.Mr.Martinez leads the structural department by showing exceptional leadership skills,pro viding creative structural solutions that are cost- effective and conscious about ease of co nstruction. SPECIFIC PROJECT HISTORY Metro at Edgewater -Edgewater,Florida Metro is a 32-story mixed-use building,373 feet above ground.It is composed of 279 residential units,4,063 square feet of retail space,and 300 spaces at the parking garage. This exciting new pro ject contributes to the revitalization and evolution of the Edgewater neighborhood.The facade is lined with residential units on the north side and the parking garage has a metal louver screen in geometric artwork. EDUCATION Master of Science in Civil Engineering, Florida International University,2014 POSITION Director of Structural Engineering Division and Building Inspector 2010-Present PROFESSIONAL REGISTRATIONS Florida PE #80430 PROFESSIONAL AFFILIATIONS American Society of Civil Engineers,FIU Chapter Chi Epsilon Honor Society Florida Engineering Society Alto Tower Second Structural Peer Review -Miami,Florida The sco pe was to review the approved peer review report and the design work of the licensed engineering pro fessional (EOR)as 2nd peer reviewer to ensure that the design and specifications comply with the latest edition of the Florida Building Code and applicable design standards.Approved Peer Review report by Garcia Mullin Gro up (Jorge Garcia,PE),Work Developed by (Professional):Christian Aquino,PE,Work Developed by (Firm):BCC Engineering,Type of Structure:Deep Foundations Supporting RC Columns/Shear Walls and Post- tensioned Concrete Floor Slabs,Height:6 stories,60.17 Feet,Use/Occupancy:Residential Nexo Structural Peer Review -Miami Beach,Florida Eastern Engineering Group performed the review of the structural design work of a licensed engineering pro fessional (EO R)to ensure that the design and specifications complied with the latest edition of the Florida Building Code and applicable design standards.Work Developed by (Professional):Tanya Homleid,PE, Work Developed by (Firm):Optimus Consulting Engineers,Type of Structure:Deep Foundations Supporting RC,Columns/Shear Walls and Post-Tensioned Concrete Floor Slabs,Height:18 Stories,161.75 Feet, Use/Occupancy:Residential,Structural Portion:Tower and Garage. Paseo 41 Peer Review -Miami,Florida Structural Review for Building Code Compliance by Eastern Engineering Group.Our team reviewed the design work of a licensed engineering professional (EOR)to ensure that the design and specifications comply with the latest edition of the Florida Building Code and applicable design standards. Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH TAB 3 Approach and Methodology a Eastern Engineering Group a Eastern Engineering Group Approach and Methodology 1.Recruitment &Retention: Recruitment Strategy: o Eastern Engineering Group can utilize various recruitment channels such as online job portals,industry-specific websites,social media platforms,and professional networks to attract potential candidates. o Networking with local engineering schools,attending career fairs,and hosting informational sessions can also help in reaching out to aspiring professionals. o Leveraging relationships with professional organizations and industry associations can facilitate targeted recruitment efforts. Job Descriptions and Requirements: o Crafting detailed job descriptions that clearly outline the qualifications,experience,and skills required for the positions will help attract suitable candidates. o Clearly defining the expectations and responsibilities associated with the roles will ensure alignment between the company's needs and the candidates'capabilities. Competitive Compensation and Benefits: o Offering competitive salaries,bonuses,and benefits packages can attract top talent and incentivize employees to stay with the company. o Benefits such as health insurance,retirement plans,flexible work arrangements,and professional development opportunities can enhance the overall attractiveness of the employment offer. Professional Development Opportunities: o Providing opportunities for ongoing training,skill development,and certifications will help employees enhance their competencies and stay updated with industry standards and practices. o Supporting employees in pursuing higher education,advanced degrees,or specialized certifications can demonstrate a commitment to their professional growth. a Eastern Engineering Group Positive Work Environment: o Cultivating a positive and inclusive work culture where employees feel valued, respected,and motivated is crucial for employee retention. o Encouraging open communication,pro viding regular feedback,and recognizing employees'contributions can foster a sense of belonging and loyalty. Career Advancement Pathways: o Establishing clear career pro gression pathways and opportunities for advancement within the organization can motivate employees to stay long-term. o Pro viding mentorship programs,leadership training,and opportunities to take on challenging projects or leadership roles can help employees see a future with the company. Employee Recognition and Rewards: o Implementing a formal employee recognition program to acknowledge outstanding performance,achievements,and co ntributions can boost morale and job satisfaction. o Recognizing employees thro ugh awards,incentives,or public acknowledgment can reinfo rce their value to the organization. By incorporating these strategies,Eastern Engineering Group can effectively recruit and retain the best qualified employees to meet the structural inspection and plan review needs of the City of Miami Beach. 2.Certification: To ensure that candidates meet all requirements for their specialties as established by the Miami-Dade County Code of Ordinances,Chapter 8,Article II,and are certified by the Miami-Dade County Board of Rules and Appeals (BORA)where applicable,Eastern Engineering Group can implement the following measures: Thorough Screening Process: o Develop a co mprehensive screening process to review candidates'qualifications, including education,experience,certifications,and licenses. a Eastern Engineering Group o Conduct background checks to verify candidates'credentials and ensure compliance with regulatory requirements. Job Descriptions Alignment: o Ensure that job descriptions clearly outline the specific qualifications,certifications,and licenses required for each specialty in accordance with the Miami-Dade County Code of Ordinances. o Align the recruitment process with these requirements to attract candidates who meet or exceed the established standards. Verification of Certifications and Licenses: o Require candidates to provide documentation verifying their certifications and licenses relevant to their specialties as per the Miami-Dade County regulations. o Verify the authenticity and validity of certifications and licenses through direct communication with the issuing authorities,such as the Miami-Dade County Board of Rules and Appeals (BORA). Continual Compliance Monitoring: o Establish systems for ongoing monitoring of employees'certifications and licenses to ensure they remain current and compliant with regulatory standards. o Implement regular audits or checks to verify that employees maintain their certifications and promptly address any lapses or discrepancies. Training and Continuing Education: o Offer training programs and continuing education opportunities to help employees stay updated with changes in regulations,codes,and industry standards set forth by Miami- Dade County. o Encourage employees to pursue additional certifications or specialized training relevant to their specialties to enhance their professional qualifications. a Eastern Engineering Group Documentation and Record-Keeping: o Maintain accurate records of employees'certifications,licenses,and training completion to demonstrate compliance with Miami-Dade County requirements. o Ensure that all documentation is readily accessible for internal audits,client inquiries,or regulatory inspections. Collaboration with Regulatory Authorities: o Foster a collaborative relationship with the Miami-Dade County Board of Rules and Appeals (BORA)and other relevant regulatory authorities to stay informed about updates or changes to certification and licensing requirements. o Seek guidance or clarification from regulatory authorities as needed to ensure full compliance with applicable regulations. By implementing these measures,Eastern Engineering Group can effectively ensure that its candidates meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances, Chapter 8,Article II,and are certified by the Miami-Dade County Board of Rules and Appeals (BORA) where applicable. 3.Employee Training &Quality Assurance: Eastern Engineering Group can establish a comprehensive training program for its employees to ensure they have the necessary skills,knowledge,and certifications to perform their duties effectively.Here's an outline of potential training initiatives and quality assurance measures: Technical Training: o Provide technical training specific to each employee's role and specialty,covering topics such as structural engineering principles,building codes,design software proficiency, and inspection procedures. o Offer training workshops,seminars,and on line courses conducted by industry experts or accredited training providers to enhance employees'technical competencies. a Eastern Engineering Group Certification Preparation: o Support employees in preparing for relevant certifications and licenses required by regulatory authorities such as the Miami-Dade County Board of Rules and Appeals (BORA). o Offer study materials,review sessions,and reimbursement for exam fees to facilitate employees'certification process. Safety Training: o Conduct safety training programs to ensure employees are aware of and comply with occupational health and safety regulations. o Provide instruction on proper safety protocols,equipment usage,and emergency procedures to minimize workplace hazards and promote a safe working environment. Professional Development: o Encourage employees to pursue continuing education opportunities,industry conferences,and professional seminars to stay updated with the latest advancements in structural engineering practices. Quality Assurance Initiatives: o Implement quality assurance processes to ensure the accuracy,consistency,and compliance of the company's deliverables with regulatory standards and client requirements. o Establish internal review procedures,peer evaluations,and checklist assessments to verify the quality of engineering designs,inspection reports,and plan reviews. o Conduct regular audits and inspections to monitor adherence to quality standards, identify areas for improvement,and address any deviations promptly. a Eastern Engineering Group Client Feedback and Satisfaction: o Solicit feedback from clients regarding the quality of services provided by Eastern Engineering Group through surveys,interviews,or project reviews. o Use client feedback to identify strengths,weaknesses,and opportunities for improvement in the company's performance and service delivery. Continuous Improvement: o Foster a culture of continuous improvement by encouraging employees to actively participate in identifying process enhancements,innovative solutions,and best practices. o Establish mechanisms for sharing lessons learned,success stories,and quality improvement initiatives across the organization to drive ongoing improvement efforts. By prioritizing employee training and implementing robust quality assurance initiatives,Eastern Engineering Group can ensure high-quality service delivery,client satisfaction,and compliance with regulatory standards in its structural engineering consulting operations. 4.Conflicts of Interest: To ensure that there are no conflicts of interest regarding employees working on any project with the City,Eastern Engineering Group will implement rigorous policies and procedures.These measures include establishing clear guidelines outlining situations that may constitute a conflict of interest and providing comprehensive training to all employees on identifying and managing potential conflicts. Additionally,the company will require employees to disclose any personal or financial interests that could impact their impartiality or objectivity in performing their duties.Eastern Engineering Group will also maintain transparency in its project assignments,ensuring that employees are assigned tasks based on their expertise and suitability for the project rather than personal relationships or external influences.Regular monitoring and oversight mechanisms will be in place to review project assignments and address any emerging conflicts promptly and effectively.By upholding these stringent protocols, Eastern Engineering Group is committed to maintaining the highest standards of integrity, professionalism,and ethical conduct in all its engagements with the City of Miami Beach. a Eastern Engineering Group 5.Employee Performance: Eastern Engineering Group will establish a clear communication and escalation strategy for personnel who are not performing their assigned responsibilities effectively.The strategy will include the following key elements: Regular Performance Feedback: o Supervisors and team leaders will provide regular feedback to employees regarding their performance and adherence to assigned responsibilities. o Feedback sessions will be conducted in a constructive and supportive manner,focusing on areas for improvement and providing guidance on how to meet expectations. Open Communication Channels: o Eastern Engineering Group will maintain open communication channels where employees feel comfortable expressing any concerns or challenges they may be facing in fulfilling their responsibilities. o Employees will be encouraged to seek clarification or assistance when needed,fostering a culture of transparency and collaboration within the organization. Performance Improvement Plans (PIPs): o In cases where employees are consistently underperforming or failing to meet expectations despite feedback and support,Eastern Engineering Group will implement Performance Improvement Plans (PIPs). o PIPs will outline specific performance goals,timelines,and support resources to help employees address areas of deficiency and improve their performance. Escalation Procedures: o If performance issues persist despite interventions such as feedback and PIPs,Eastern Engineering Group will escalate the matter to higher levels of management or HR as necessary. o Escalation procedures will involve a systematic approach,following established protocols for addressing performance-related concerns while ensuring fairness and due process. Coaching and Training Opportunities: o Eastern Engineering Group will offer coaching,mentoring,or additional training opportunities to employees who may benefit from further skill development or professional growth. a Eastern Engineering Group o Tailored training programs or workshops may be provided to address specific performance gaps and enhance employees'capabilities in fulfilling their assigned responsibilities. Performance Reviews and Documentation: o Performance reviews will be conducted regularly to assess employees'progress and evaluate their performance against established goals and expectations. o Documentation of performance-related discussions,feedback sessions,and interventions will be maintained to track employees'improvement efforts and support decision-making processes. Progress Monitoring and Follow-Up: o Managers and supervisors will monitor employees'progress closely following interventions such as PIPs or training programs. o Follow-up meetings will be scheduled to review progress,address any ongoing challenges,and provide continued support as needed. 6.Monthly Billing Statement/Invoice Process Eastern Engineering Group has optimized its monthly statement/invoice process through the utilization of PASconcept,an on line software tailored specifically to structural engineering firms.This streamlined system automates various administrative tasks,including the identification of positions,services rendered,and hours worked by employees.Employees clock their time directly on specific projects, which are intricately linked to their respective budgets and proposals within the PASconcept platform. As a result,the invoicing and statement generation process is seamlessly automated,eliminating manual data entry and minimizing the potential for errors.Each month,detailed information regarding positions,services provided,and hours worked is effortlessly integrated into the system,allowing for the automatic generation of comprehensive and itemized invoices.With PASconcept,Eastern Engineering Group ensures that our clients receive accurate,transparent,and timely invoices that reflect the scope of work completed,enhancing efficiency and client satisfaction. 7.Bidders'Recent,Current,and Projected Workload (Please see below) Project Number Project Date Job Name Client Name Status of Completion ProjectTotal Budget 24-0006 1/3/2024 Caribbean Commercial Bldg 1-CA 1622 INVESTMENT,CORP.67%$1,795.00 24-0008 1/3/2024 Caribbean Commercial Bldg 2-CA 1622 INVESTMENT,CORP.51%$285.00 24-0012 1/4/2024 4555 NW 103 Ave CSpace Architecture &Design,Inc.0%$3,000.00 24-0023 1/5/2024 13101 NW 14 St Bldg.4 Steven Voeks 32%$2,750.00 24-0024 1/5/2024 Forty41 Residence Inspection Floridian Builders ll,LLC 21%$750.00 24-0025 1/5/2024 1950 NW 12th Ave -Solid Waste Offices City of Miami 0%$16,891.34 24-0028 1/8/2024 1950 NW 12th Ave -Solid Waste FPL City of Miami 0%$7,691.38 24-0029 1/8/2024 1950 NW 12th Ave -Fire Station No.5 City of Miami 0%$11,664.09 24-0030 1/8/2024 1950 NW 12th Ave -Solid Waste Warehouse City of Miami 0%9 $7,482.29 24-0031 1/8/2024 980 MacArthur Cswy -Quonset Hut City of Miami 0%$7,482.29 24-0032 1/8/2024 3425 Jefferson ST-Barnyard City of Miami 0%$10,200.46 24-0033 1/8/2024 900 SW 1 ST-Manuel Artime City of Miami 0%$20,144.85 24-0048 1/10/2024 Oceania II Condominium Oceania II Condo Assn Inc 97%$27,000.00 24-0051 1/11/2024 Oceania II Condo.Oceania II Condo Assn Inc 19 $11,000.00 24-0056 1/12/2024 Leon Residence Takeoff G.Metal Industries 90%$1,520.00 24-0061 1/15/2024 1950 NW 12th Ave -Solid Waste Trailers B5 City of Miami 0%$4,228.78 24-0062 1/15/2024 1950 NW 12th Ave -Solid Waste Trailers B6 City of Miami 0%$4,228.78 24-0063 1/15/2024 1950 NW 12th Ave -Solid Waste Trailers B7 City of Miami 0%$4,228.78 24-0064 1/15/2024 1950 NW 12th Ave -Solid Waste Trailers BB City of Miami 0%$4,228.78 24-0068 1/15/2024 3601 Rickenbacker Cswy -MIA Rowing Center City of Miami 0%$12,918.63 24-0065 1/15/2024 1428 NW 62 ST-African Square Park City of Miami 0%$7,482.29 24-0066 1/15/2024 5215 NE 7 Ave -Morningside Park City of Miami 0%$7,482.29 24-0067 1/15/2024 525 NW 62 ST-Athalie Park City of Miami 0%$7,273.20 24-0085 1/16/2024 Portofino Falls -Letters Prime Group US 39%$10,000.00 24-0088 1/16/2024 TMB505 Project #CA049A Miami International Airport (Miami Dade Aviation-Department)31%$16,050.00 24-0089 1/16/2024 TMBB1 Project #CA050A Miami International Airport (Miami Dade Aviation-Department)29%$14,050.00 24-0090 1/16/2024 TMB247 Project #CA132A Miami International Airport (Miami Dade Aviation-Department)28%$13,800.00 24-0103 1/18/2024 13450 SW 126 St Seagis Property Group,LP.2%$6,563.45 24-0105 1/19/2024 7907-8195 NW 67 St Essington Industrial Condominium Inc 45%$14,700.00 24-0119 1/23/2024 1919 NW15 Ave Peninsula Housing Development Inc 46%$18,200.00 24-0120 1/23/2024 2424 S Dixie Highway 2424 Montero LLC 45%$5,800.00 24-0123 1/23/2024 2150 N Andrews Ave Ortam Groupe 0%9 $0.00 24-0140 1/25/2024 2310 S University Dr Federal Realty 77%$3,500.00 24-0146 1/29/2024 10001 W Oakland Park Blvd 40Y Ron Simon 36%$4,750.00 24-0147 1/29/2024 378 Westward Dr Miami Springs Baptist Church 44%$10,800.00 24-0163 2/1/2024 811 E Dilido-C.Admin Duoma Build 89%$315.00 24-0165 2/1/2024 Doral Gardens II Condo Doral Gardens II 48%$48,300.00 24-0177 2/5/2024 The Crossings at Quail Roost (Threshold Inspections)Cutler Bay Town Centre,LLC 0%$67,200.00 24-0189 2/6/2024 2712 NW 95th St 40Y 2712 NW 95th St LLC 56%$6,850.00 24-0197 2/8/2024 180 SW 9th St Westpine Partners LLC 49%$6,450.00 24-0223 2/13/2024 One Hollywood Residences Star Developers LLC 0%$120,000.00 24-0224 2/13/2024 Gucci Dadeland Dimension One 45%$1,500.00 24-0233 2/14/2024 Heilemann Residence Additional Services C-Admin Carlos Heilemann 82%$4,462.50 24-0232 2/14/2024 910 West Ave Inspection Crawford Development,LLC 19%$750.00 24-0235 2/15/2024 3245 NW 37 St Monster Ventures LLC 56%$4,900.00 24-0241 2/15/2024 10100 NW 25 St Seagis Property Group,LP.29%$13,669.39 24-0265 2/21/2024 8000 NW31St TN Builders 44 %$5,985.00 24-0267 2/21/2024 Cordoba Condo Pedro Rios 5%$5,500.00 24-0275 2/22/2024 2201 NW 93 Ave MCP93 Inc 0%$2,050.00 24-0276 2/22/2024 2100 NW 96 Ave MCP 2110 Inc 0%$2,750.00 24-0278 2/23/2024 9333 SW 152 St Bldg.3 Healthcare Realty 69%$16,600.00 24-0279 2/23/2024 Palmetto Medical Plaza Healthcare Realty 57%$250.00 24-0305 2/29/2024 2501-2531 N State Rd 7 Atlas Florida Properties LLC 30%$4,750.00 24-0314 3/1/2024 528 SW 6 St Fausto Commercial Realty Consultants 42%$3,250.00 24-0312 3/1/2024 1625 NW 107 Ave (Re-inspections)Seritage KMT Finance LLC 55%$13,450.00 24-0326 3/4/2024 Zak Residence C.Admin Yossi Zak 74%$2,535.00 24-0328 3/5/2024 280 Alhambra Cir GC 290 Alhambra LLC 41%$6,175.00 24-0331 3/5/2024 7760 W Flagler St Rodriguez &Anglin Professional Design 0%$2,500.00 24-0333 3/5/2024 Homewood Suites Miami Lauretano Sign Group 0%$2,250.00 24-0343 3/6/2024 6402 NW 74th Ave 40Y Murray Babb 49%$6,450.00 24-0340 3/6/2024 S-Shinique Parking K Inspection United American Metal Works 5%$2,850.00 24-0345 3/7/2024 1950 NW 94 Ave The Borg Inc 76%$3,800.00 24-0372 3/11/2024 1122 NW 3 St Lisa Gertraud Kirchmayr 46%$6,700.00 24-0373 3/11/2024 Naranja Bldgs 1-7 Reinspections Olanz Architecture &Design 40%$4,900.00 24-0375 3/11/2024 510SW 9 St J.D.Morrison 55%$3,500.00 24-0392 3/14/2024 6010 NW 77 CT TN Builders 54%$6,300.00 24-0398 3/18/2024 Tropicana II Condo Top Service Property Management,LLC.41%$3,500.00 24-0411 3/20/2024 4852 W Flagler St Fausto Commercial Realty Consultants 42%$3,250.00 24-0413 3/20/2024 3600 W 12 Ave 40Y Evelyn Artiles 45 %$6,400.00 24-0416 3/20/2024 260 Harbor Drive(23-0948 Site Visit)MAWK Property,LLC 47%$750.00 24-0414 3/20/2024 12100 Tara Dr C.Ad min Garcia Construction Co.3%$7,350.00 24-0420 3/21/2024 Springer Residence -Inspection Linda Springer 31%$1,250.00 24-043 0 3/22/2024 3091 SW 22 St CCN Holdings of Coral Way LLC 43 %$4,800.00 24-0423 3/22/2024 5423 NE Miami Ct NICK LLC 0%$16,875.00 24-0439 3/25/2024 3828 NW 2 Ave Quantum Investment Group 31%$4 ,250.00 24-044 0 3/25/2024 8945 NW 7 Ave Quantum Investment Group 34%$4,250.00 24-0441 3/26/2024 150 NE 71 St Luz Andrea Ramirez 42%$3,350.00 24-044 6 3/26/2024 2937-2939 SW 21st Street-C.Ad min Construct USA LLC 85%$300.00 24-0452 3/27/2024 8550 NW S River Dr Mercedes Electric Supply 46%$7,800.00 24-0456 3/27/2024 Trianon Park 1750 W 56 ST Trust Management Service Group 0%$8,500.00 24-048 1 4/3/2024 18280 W Dixie Hwy 40Y Advance Footcare Inc 41%$3,500.00 24-0483 4/4/2024 13399 NW 113 Ave Rd Seagis Property Group,LP.28%$5,124.00 24-0501 4/11/2024 Sky Ride MIA Quality Construction Performance 7%$2,550.00 24-0513 4/16/2024 Delilah (Main Stair)Inspection YMG Iron Work &Metal Design inc.34%$750.00 24-0524 4/17/2024 9686 Fontainebleau Blvd The Golfview Club at Fontainebleau Park Condominium #3 Inc 46%$11,900.00 24-0529 4/18/2024 7031 SW 47 St Bird Road Warehouse 42%$6,150.00 24-0537 4/19/2024 Gulfstream Town homes Condo Reliable Property Management 30%$7,000.00 24-0546 4/24/2024 23950 SW 132 Ave Adonel Concrete 47%$5,300.00 24-0557 4/25/2024 3000 NW 125 St Seagis Property Group,LP.0%$14,385.09 24-0558 4/25/2024 14250 SW 119 Ave Seagis Property Group,LP.0%$4 ,991.97 24-0559 4/25/2024 11921 SW 144 St Seagis Property Group,LP.0%$5,068.90 24-0560 24-0568 24-0574 4/25/2024 1325 NW 78 Ave 4/29/2024 11 1 Palm Ave (Const.Ad m in) 4/30/2024 4001 NW 25 St Seagis Property Group,LP. Bosch Construction LLC Titan Technologies Inc 0% 0% 0% $5,926.08 $0.00 $5,300.00 Plan Review,Plan Examiners,and Building Inspection Services RFQ-2024-031-WG MIAMI BEACH Licenses and Certifications a Eastern Engineering Group Ron DeSantis,Governor STATE OF FLORIDA Melanie S.Griffin,Secretary rEl FLORIDA BOARD OFPROFESSIONALENGINEERS BOARD OF PROFESSIONAL ENGINEERS-c {gE i,<°+'ilk+P,S_a Mm ,ea e TE ROFEsSIONA-ENGINEERHERRINVSUCFNSED UNDER TE PROVISIONS oFCHAPTERa471,FLoRIDASTATUTES s,T e.1Ng Eek ice gig Y+>yg-.op"l#3£g $E Er "s #?s_%..gr_ CIALINSPECTORNUMBER:7014O79---~---•-·A- EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. I I I Don Ron DeSantis,Governor STATE OF FLORIDA Melanie S.Griffin,Secretary BOARD OF PROFESSIONAL ENGINEERS-+<g gas-"pg f ,_.,,....;;.-,,•,· TE PRorEsoAENGINE#Hiiscase uNot TE PROVISIONS O FCHAPTER471,FLORIDASTATUTES 7Z€2T£s3 es sg s>e,'fl##8':-Ea :..;;,-1~·,.__=-~~.•l-E 3ya""± tI FBPE FLORIDA BOARD OFPROFESSIONALENGINEERS .L./L-r;=,,jEe "±25Egg'± "z£SSC#j#ii%%%N"$sfW55549P77/2P,,, LICENSENUMBER:PE60734 Zr.-~- EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridalicense.com %ilMA Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. Ron DeSantis,Governor STATE OF FLORIDA Melanie S.Griffin,Secretary FBPE ] FLORIDA BOARD OF I IPROFESSIONALENGINEERS BOARD OF PROFESSIONAL ENGINEERSr-c g €j5p.2 &las le°£g 6$" TE PRoFEssiONA-NG@NEEHF-RHIISUCENSED UNDER TE PROVISIONS OFCHAPTER471,FLORIDASTATUTES--ipool;"ag'-~-----~,·-1',.·-•-di f~·=.I ----~____,, ea-.-··-z$5EZ.7FF==#w» i.pTr4iasiiki&''"'~-~·~9 --@ @ea ..6.yrs g,gr so «LICENSENUMB ER:PE80430..•-.....- EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. 1■1 I II Woman &Minority Business Certification Eastern Engineering Group Company Is certified under the provisions of 287 and 295.187,Florida Statutes,for a period from: July 20,2022 July 20,2024 i "sr±gs gs.s usu sensor or vnucosos Z@ •SUPPLIER DIVERSITY '$g;"g J.Todd Inman Florida Department of Management Services Office of Supplier Diversity 4050 Esplanade Way,Suite 380 Tallahassee,FL 32399 850-487-0915 www.dms.myfl orida.com/osd ACORD»CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/00/YYYY) ~01/30/2024 THIS CERTIFICATE IS ISSUED AS A MATT ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATI VELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERA GE AFFORDED BY THE POLICIES BELOW .THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRA CT BETW EEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IM PORTANT:If the certificate holder is an ADDITI ONAL INSURED,the policy(ies)must have ADDITI ONAL INSURED provisions or be endorsed. If SUBROGATION IS W AIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Humberto TorresNAME: Consolidated Insurance Nation,Inc.%,Jg%£,a (305)412-2205 I FAX (305)412-2085(A/C No): 12005 SW 117 Ave E-M AIL commercial@ insurancenation.comADDRESS: IN SU R ER (S)A FFO R D ING CO VERA GE NA IC # M iam i FL 33186 INSUR ER A :Century Surety Company 36951 IN S U R E D INSUR ER B :Ascendant Insurance Company 13683 Eastern Engineering Gro up INSUR ER C :Hamilton Select Insurance 17178 3401 NW 82 Ave 370 INSUR ER D :MSIG Specialty 34886 INSURER E:StarStone Specialty Insurance Company 44776 Doral FL 33122 INSURER F: COVERAGES CERTIFICATE NUMBER·REVISION NUMBER· TH IS IS TO CERTIFY THAT TH E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQ UIREMENT,TERM OR CONDITION OF ANY CONTRA CT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,TH E INSURA NCE AFFO RDED BY TH E POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN S R TYPE OF INSURANCE ADDL SU B R POLICY EFF POLICY EXP LI M ITSLTRAuerMnrPOLICYNUMBER(M M /DD/YY YY)(M M /DD/YYYY X C O M M E R C IA L G E N E R A L LI A B ILI T Y EACH OCCURRENCE $1,000,000- ]caoswoe [X]occos DAMAGE TO RENTED o PREMISES (Ea occurrence)$100,000 >--MED EXP (Any one person)$5,000 A y y CCP-1201460 01/05/2024 01/05/2025 PERSONAL &ADV INJURY $1,000,000>-- GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 ~□PRO-LI «e-$ExcludedPOLICYJECTPRODUCTS•COMP/OP AGG OTHER:$ AUTOMOBILE LIABILITY 2%%2%2.e ow $1,000,000>-- ANY AUTO BODILY INJURY (Per person)$ >--OWNED -SCHEDULEDDAUTOSONLYAUTOS HNO 1000289-00 02/07/2023 02/07/2024 BODILY INJURY (Per accidenl)$ X HIRED X NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ Xx U M B R E LL A LI A B ~ OCCUR EACH OCCURRENCE $5,000,000 C EX C E S S LI A B CLAIMS-MADE y y EOXSHS215575-02 01/05/2024 01/05/2025 AGGREGATE $5,000,000 DED I I RETENTION $$ W O R K E R S C O M P E N S A TI O N Xx/Eure l I OTH- A N D EM P L O Y E R S 'LIA B ILI TY ER Y /N B ANY PROPRIETOR/PARTNER/EXECUTIVE l E.L.EACH ACCIDENT $1,000,000OFFICER/MEMBER EXCLUDED?N /A W C-64190-11 09/24/2023 09/24/2024 (M a nd ato ry In NH)E.L.DISEASE -EA EMPLOYEE $1,000,000 If yes,describe under $1,000,000DESCRIPTIONOFOPERATIONSbelowE.L.DISEASE·POLICY LIMIT Pro fessional Liability Each Occurrence $1,000,000 E y y 87110I242APL 01/05/2024 01/05/2025 Each Aggregate $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Architects and Engineers CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN For Information Only ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Rolando Castro ACO RD 25 (2016/03) ©1988-2015 ACORD CORPORATION.All rights reserved. The ACO RD name and logo are registered marks of ACORD Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A BILL -DO NOT PAY 5641890 RECEIPT NO. RENEWAL 5885158 r BUSINESS NAME/LOCATION EASTERN ENGINEERING GROUP COMPANY 3401 NW 82ND AVE STE 370 DORA L,FL 33122-1052 OWNER EASTERN ENGINEERING GROUP COMPANY Employee(s) LBT EXPIRES SEPTEMBER 30,2024 Must be displayed at place of business Pursuant to County Code Chapter 8A--Art.9 &10 212 P.A./CORP/PARTNERSHI P/FIRM PAYMENT RECEIVED BY TAX COLLECTOR 45.00 07/13/2023 R26655 INT-23-402376 MIAMl·DAD E.EE.El This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles -Miami--Dade Code Sec 8a--276. For more information,visit www.miamidade.gov/taxcollector ~• 09/30/2023 2024 LOCAL BUSINESS TAX RECEIPT CITY OF DORA L,FLORIDA 8401 NW 53RD TERRA CE DORA L,FL 33166 (305)593-6631 LICENSE NO.2021001729 eastern engineering group eastern engineering group 3401 NW 82ND AVE UNIT 370 DORA L 33122 FOR THE PERIOD COMMENCING OCTOBER 1 AND ENDING SEPTEMBER 30,THE ABOVE-NAMED BUSINESS IS LICENSED TO ENGAGE IN THE FOLLOWING BUSINESS FOR THE LICENSE YEAR: P.A./CORP/PARTNERSHIP/FIRM License Fee Paid:$66.00 Square Footage:3009 Machines: Employees: No.of Trucks: 12 State License #: /:__,_ ->,}1r7-d-._- No.of Seats/Tables:0 No.of Units/Spaces: CONDITIONS: DORA L: This Document Must Be Posted Kenia Palau Chief Licensing Official 2024 FLORIDA PROFIT CORPORA TION ANNUAL REPORT DOCUMENT#P05000123048 Entity Nam e:EASTERN ENGINEERING GROUP COMPANY Current Principal Place of Business: 3401 NW 82 AVE SUITE 370 DORAL,FL 33122 Current Mailing Address: 3401 NW 82ND AVE SUITE 370 DORAL,FL 33012 US FEI Num ber:61-1492162 Nam e and Address of Current Registered Agent: TORRES,FERNANDO 14973 SW 22ND STREET MIAMI,FL 33185 US FILED Feb 09,2024 Secretary of State 8833305971 cc Certificate of Status Desired:No The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title PD Name LOPEZ,RAISSA R Address 14973 SW 22ND STREET City-State-Zip:MIAMI FL 33185 Date I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:RAISSA LOPEZ Electronic Signature of Signing Officer/Director Detail PD 02/09/2024 Date Miam i-Dade County Intern al Serv ices Depart m ent S tatem ent of Technical Certification Categories 1 Firm :EA STE RN EN G IN EER IN G G RO U P CO M PA N Y 340 1 NW 82 nd A venue,Suite,37 0,M iam i,FL 33122 Code Category Description Approval Date Expiration Date 3.01 HIGHWAY SYSTEMS -SITE DEVELOPMENT AND PARKING LOT DESIGN 06/21/2023 06/30/2025 3.03 HIGHWAY SYSTEMS -BRIDGE DESIGN 06/21/2023 06/30/2025 4.01 AVIATION SYSTEMS -ENGINEERING DESIGN 06/21/2023 06/30/2025 WATER AND SANITARY SEWER SYSTEMS -WATER DISTRIBUTION AND6.01 06/21/2023 06/30/2025SANITARYSEWAGECOLLECTIONANDTRANSMISSIONSYSTEMS 11.00 GENER AL STRUCTURAL ENGINEER ING 06/21/2023 06/30/2025 16.00 GENERAL CIVIL ENGINEERING 06/21/2023 06/30/2025 17.00 ENGINEER ING CONSTRUCTION MANAGEMENT 06/21/2023 06/30/2025 Approved By Technical Certification Committee Miami-Dade County